Dehradun Smart City Limited Request for Proposal for ...

87
Dehradun Smart City Limited Request for Proposal for Selection of Master System Integrator for establishment of Doon Integrated Command & Control Center (DICCC) and Other Integrated Smart Solutions at Dehradun RFP Ref No.: 01/DSCL/18-19/DICCC V olume I: Instructions to Bidders Page 1 of 87

Transcript of Dehradun Smart City Limited Request for Proposal for ...

Dehradun Smart City Limited

Request for Proposal

for

Selection of Master System Integrator for establishment of Doon

Integrated Command & Control Center (DICCC) and Other Integrated

Smart Solutions at Dehradun

RFP Ref No.: 01/DSCL/18-19/DICCC

Volume I: Instructions to Bidders

Page 1 of 87

Section I- Instructions to Bidders

Bidding Schedule: Important Dates

S

No.

Activity Duration

1. RFP Name & Reference

Request for Proposal for Selection of Master System

Integrator for establishment of Doon Integrated Command &

Control Center (DICCC) and Other Integrated Smart

Solutions at Dehradun RFP Ref No.: 01/DSCL/18-19/ICCC

2. Availability of RFP Documents

The RFP document for this work shall be available from

website http://uktenders.gov.in from 31/12/2018 at 1100

Hrs. to 21/01/2019 up to 1100 Hrs.

3.

Pre-Bid Meeting

11/01/2019 at 11.00 Hrs onwards. Bidder shall have to email

their queries in the format provided in the RFP to

[email protected] and [email protected] on

or before 08/01/2019 up to 1700 Hrs.

Venue of Pre Bid Conference – Office of the Chief Executive

Officer, Dehradun Smart City Limited, 777, Saatvik Tower,

Rajender Nagar, Kaulagarh Road, Dehradun, 248001,

Uttarakhand, India

4.

Last date for down loading of Bid

document from the E-procurement

platform: http://uktenders.gov.in

21/01/2019 up to 1100 Hrs. The scan copy of the Bid

security and RFP Document Fees shall be uploaded on the

e-procurement website.

5.

Last date and time for Bid

submission/uploading of Bid in E-

procurement platform

21/01/2019 up to 1700 Hrs

6.

Submission of original documents i.e.

RFP Document Fees and Bid

Security/EMD.

22/01/2019 up to 1700 Hrs

Address for submission of original documents:

Office of the Chief Executive Officer, Dehradun Smart City

Limited, 777, Saatvik Tower, Rajender Nagar, Kaulagarh

Road, Dehradun, 248001, Uttarakhand, India Ph: 0135-

2750894, Fax: 0135-2750817

7. Time and date of opening of Technical

Bid

The Bid will be opened on line by the Authorized Officers on

23/01/2019 at 1100 Hrs

8. Date and time of opening of Financial

Bid

Shall be informed later to technically qualified Bidders

9. Place of opening of Bid and address

for communication

Office of the Chief Executive Officer, Dehradun Smart City

Limited, 777, Saatvik Tower, Rajender Nagar, Kaulagarh

Road, Dehradun, 248001, Uttarakhand, India Ph: 0135-

2750894, Fax: 0135-2750817

[email protected], [email protected]

Page 2 of 87

Section I- Instructions to Bidders

Table of Contents

Instructions for Online Bid Submission .................................................................................................. 7

1. Introduction ................................................................................................................................................... 10

1.1 About the DSCL ........................................................................................................................................... 10

1.2 Introduction to Dehradun Smart city Project ........................................................................................... 10

1.3 RFP Format ....................................................................................................................................................... 12

1.5 Definitions/Acronyms ............................................................................................................................... 14

2. Instruction to Bidders ............................................................................................................................... 18

2.1 General ...................................................................................................................................................... 18

2.2 Eligible Bidders ......................................................................................................................................... 18

2.3 Compliant Bids/Completeness of Response ........................................................................................ 19

2.4 Bidder to Inform ........................................................................................................................................ 20

2.5 Bid Preparation costs ............................................................................................................................... 20

2.6 Pre-bid meeting & Clarification ............................................................................................................... 20

2.6.1 Queries ...................................................................................................................................................... 20

2.6.2 Responses to Pre-Bid Queries and Issue of Corrigendum ................................................................ 20

2.7 RFP Document Fee ................................................................................................................................. 21

2.8 Earnest Money Deposit (EMD) .............................................................................................................. 21

2.9 Bid Validity Period .................................................................................................................................... 22

2.10 Contents of Bid ......................................................................................................................................... 22

2.11 Bid Formats ............................................................................................................................................... 23

2.11.1 Pre-Qualification Bid Format ..................................................................................................................... 23

2.11.2 Technical Bid Format .................................................................................................................................. 24

2.11.3 Commercial Bid Format.............................................................................................................................. 24

2.12 Language ................................................................................................................................................... 24

2.13 Authentication of Bids .............................................................................................................................. 25

2.14 Amendment of Request for Proposal .................................................................................................... 25

2.15 Bid Price .................................................................................................................................................... 25

2.16 Deviations and Exclusions ...................................................................................................................... 25

2.17 Total Responsibility .................................................................................................................................. 26

Page 3 of 87

Section I- Instructions to Bidders

2.18 Late Bids .................................................................................................................................................... 26

2.19 Right to Terminate the Process .............................................................................................................. 26

2.20 Non-Conforming bids ............................................................................................................................... 26

2.21 Acceptance/Rejection of Bids ................................................................................................................. 26

2.22 Confidentiality ........................................................................................................................................... 27

2.23 Disqualification .......................................................................................................................................... 27

2.24 Key Personnel........................................................................................................................................... 28

2.24.1Initial Composition; Full Time Obligation; Continuity of Personnel ...................................................... 28

2.24.2Evaluations ................................................................................................................................................... 28

2.24.3Replacement ................................................................................................................................................ 28

2.25 Fraud and Corrupt Practices .................................................................................................................. 29

2.26 Conflict of Interest .................................................................................................................................... 30

2.27 Sub-Contracting ........................................................................................................................................ 30

2.28 Quality Standards and pre-eligibility OEM Criteria: ............................................................................. 31

2.28 aSolution Standards for selection of OEM:- .............................................................................................. 32

2.29 Right to vary quantity .................................................................................................................................. 32

2.30Withdrawal, Substitution, and Modification of Bids ................................................................................ 33

2.31 Site Visit ........................................................................................................................................................ 33

3. Selection Process for Bidder .................................................................................................................. 33

3.1 Opening of Bids ........................................................................................................................................ 33

3.2 Preliminary Examination of Bids ............................................................................................................ 34

3.3 Clarification on Bids ................................................................................................................................. 35

3.4 Evaluation Process .................................................................................................................................. 35

3.4.1 Stage 1: Pre-Qualification ....................................................................................................................... 35

3.4.2 Stage 2: Technical Evaluation ................................................................................................................... 35

3.4.3 Stage 3: Commercial Evaluation ............................................................................................................... 36

3.5 Pre-Qualification Criteria ......................................................................................................................... 37

3.6 Technical Evaluation Framework ........................................................................................................... 39

3.7 Technical Marking Matrix ......................................................................................................................... 40

3.8 Payment Schedule (Refer RFP Vol-II for details of phases)................................................................. 45

4. Award of Contract ........................................................................................................................................ 46

Page 4 of 87

Section I- Instructions to Bidders

4.1 Notification of Award ................................................................................................................................... 46

4.2 Signing of Contract ..................................................................................................................................... 46

4.3 Performance Bank Guarantee (PBG) ................................................................................................... 46

4.4 Warranty & Maintenance ......................................................................................................................... 47

4.5 Failure to agree with the Terms & Conditions of the RFP .................................................................. 48

4.6 Arbitration post signing of contract ........................................................................................................ 48

栖 HYPERLINK \l "_Toc533788246" 5. .............................................. Annexure 1 – Template for Pre-Bid Queries 49

6. Annexure 2 – Formats for Submission of the Pre-Qualification Bid ........................................ 50

6.1 Pre-qualification bid checklist ................................................................................................................. 50

6.2 Pre-Qualification Bid Covering Letter .................................................................................................... 51

6.3 Company profile ....................................................................................................................................... 53

6.4 Declaration of Non-Blacklisting (To be provided on the Company letter head)........................ 54

6.5 Declaration for Consortium/JV Member: ............................................................................................ 55

6.6 No Deviation Certificate ........................................................................................................................... 55

6.7 Total Responsibility Certificate ............................................................................................................... 56

6.8 Self-certificate for Project execution experience (In Bidding Entity’s Letter Head) ......... 57

7. Annexure 3 – Formats for Submission of the Technical Bid ....................................................... 58

7.1 Technical Bid Check-List ......................................................................................................................... 58

7.2 Technical Bid Covering Letter ................................................................................................................. 60

7.3 Credential Summary ................................................................................................................................ 62

7.4 Bidder’s Experience - Client Citations ................................................................................................... 63

7.5 Overview of Proposed Solution .............................................................................................................. 64

7.5.1 Structure of Proposed Solution .............................................................................................................. 64

7.5.2 Project Plan ............................................................................................................................................... 64

7.5.3 Manpower Plan ......................................................................................................................................... 65

7.6 Curriculum Vitae (CV) of Team Members ............................................................................................. 66

7.7 Relevant Work Undertaken that best illustrates the experience as required for the

Role 67

7.8 Compliance to Requirement (Technical Functional Specifications) ............................................... 68

7.9 Proposed Bill of Material ......................................................................................................................... 68

7.10 Manufacturers'/Producers’ Authorization Form .................................................................................... 69

7.11 Anti-Collusion Certificate ......................................................................................................................... 70

Page 5 of 87

Section I- Instructions to Bidders

8. Annexure 4 – Formats for Submission of the Commercial Bid ............................................................ 71

9 Annexure 5 (a) – Performance Bank Guarantee ............................................................................... 90

10. Annexure 5 (b) – Bank Guarantee for Earnest Money Deposit ................................................... 92

11. Annexure 6 – Non-Disclosure Agreement .............................................................................................. 94

12. Annexure 7 - Consortium/JV Agreement ............................................................................................... 97

13. Annexure 8 - Format for Power of Attorney to Authorize Signatory ........................................... 100

14. Annexure 9 - Format for Power of Attorney for Lead bidder of Consortium/JV .................. 102

15 Annexure 10 - Format for LOA ................................................................................................................ 104

Page 6 of 87

Section I- Instructions to Bidders

Instructions for Online Bid Submission

1. Instructions to the Bidders to submit the Bids online through the procurement portal

http://uktenders.gov.in.

2. Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the

contractors/Bidders on the e-Procurement/e-tender portal are prerequisite for e- tendering.

3. Bidder should register for the enrollment in the e-Procurement site using the “Online Bidder

Enrollment” option available on the home page. Portal enrollment is generally free of charge.

During enrollment/registration, the Bidders should provide only valid and true information

including valid email id. All the correspondence shall be made directly with the

contractors/Bidders through email id as registered.

4. Bidder need to login to the site through their user ID/ password chosen during

enrolment/registration.

5. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key

usage) issued by SIFY/TCS/ nCode/ eMudra or any other Certifying Authority recognized by

Controller of Certifying Authorities (CCA) India on eToken /Smart Card, should be registered.

6. The registered DSC only should be used by the Bidder in the transactions and should

ensure safety of the same.

7. Contractor/Bidder may go through the tenders published on the site and download the tender

documents/schedules for the tenders.

8. After downloading/getting the RFP document/schedules, the Bidder should go through them

carefully and then submit the documents as required, otherwise Bid will be rejected.

9. Any clarifications may be sought online through the tender site, through the contact details

or during pre-Bid meeting, if any. Bidder should take into account the corrigendum, if any

published before submitting the Bids online.

10. Bidder may log in to the site through the secured login by the user id/password chosen

during enrolment/registration and then by submitting the password of the e-

Token/Smartcard to access DSC.

11. Bidder may select the tender in which he/she is interested in by using the search option and

then move it to the ‘my tenders’ folder.

12. From my tender folder, he may select the tender to view all the details uploaded there.

13. It shall be deemed that the Bidder has read and understood all the terms and conditions

before submitting the offer. Bidder should go through the RFP schedules carefully and

upload the documents as asked; otherwise, the incomplete Bid shall stand rejected.

14. Bidder should get ready the Bid documents to be submitted as indicated in the RFP

documents/schedules in advance and ordinarily it shall be in PDF/xls/rar/jpg/dwf formats. If

there is more than one document, all may be clubbed together and provided in the

requested format.

Page 7 of 87

Section I- Instructions to Bidders

15. The Bidders can update well in advance, the documents such as certificates, annual report

details etc., under “My Space option” and these can be selected as per RFP requirements

and then send along with Bid documents during Bid submission. This will facilitate the Bid

submission process faster by reducing upload time of Bids.

16. Bidder should submit the Bid Security as specified in the RFP. The hard copy should be

posted/couriered/given in person to the RFP Inviting Authority, within Bid submission due

date and time as indicated in the RFP. Scanned copy of the instrument should be uploaded

as part of the offer & affidavit as stated in section 4. For any delay for submission of these

documents Bidder will be responsible

17. While submitting the Bids online, the Bidder should read the terms and conditions and shall

accept the same to proceed further to submit the Bid packets.

18. The Bidder has to select the payment option as offline to pay the Bid Security as applicable

and enter details of the instruments.

19. The details of the DD/any other accepted instrument, physically delivered, should tally with

the details available in the scanned copy and the data entered during Bid submission time,

otherwise submitted Bid shall not be acceptable or liable for rejection.

20. The Bidder has to digitally sign and upload the required Bid documents one by one as

indicated. The very act of using DSC for downloading the Bids and uploading their offers

shall be deemed to be a confirmation that they have duly read, understood and agreed with

all clauses of the Bid document including General Conditions of Contract (GCC) without any

exception.

21. The Bidder has to upload the relevant files required as indicated in the cover content. In

case of any irrelevant files, the Bid may be rejected.

22. If the Price Bid format is provided in a spread sheet file like BoQ_XXXX.xls, the rates offered

should be entered in the allotted space only and uploaded after filling the relevant columns.

The Priced-Bid/BOQ template shall not be modified /replaced by the Bidder; else the Bid

submitted is liable to be rejected for the RFP.

23. The Bidders are advised to submit the Bids through online e-tendering system to the RFP

Inviting Authority well before the Bid submission due date and time (as per Server System

Clock). The Authority shall not be held responsible for any delay or the difficulties faced

during the submission of Bids online by the Bidders.

24. After the Bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the

acknowledgement number indicated by the system should be printed by the Bidder and kept

as a record of evidence for online submission of Bid for the particular RFP and also be used

as entry pass to participate in the Bid opening.

25. The time settings fixed in the server side and displayed at the top of the RFP site, shall

remain valid for all actions of requesting, Bid submission, Bid opening etc., in the e-tender

system. The Bidders must follow such time during Bid submission.

26. All the data being entered by the Bidders would be encrypted using Public Key

Page 8 of 87

Section I- Instructions to Bidders

Infrastructure (PKI) encryption techniques to ensure the secrecy of the data. The data

entered is not retrievable by unauthorized persons during the Bid submission and until the

time of Bid opening by any person.

27. Any Bid document that is uploaded to the server is subjected to symmetric encryption using

a system generated symmetric key. Further this key is subjected to asymmetric encryption

using buyers/Bid openers’ public keys. Overall, the uploaded RFP documents become

readable only after the RFP opening by the authorized Bid openers.

28. The confidentiality of the Bids is maintained with the use of Secured Socket Layer (SSL) 128

bit encryption technology. Data storage encryption of sensitive fields is done.

29. The Bidder should logout of the tendering system using the normal logout option available at

the top right hand corner and not by selecting the (X) exit option in the browser.

Page 9 of 87

Section I- Instructions to Bidders

1. Introduction

1.1 About the DSCL

1.1.1 The Government of India has recently announced creation of 100 Smart Cities to drive

economic growth and improve the quality of life of people by enabling local development and

harnessing technology as a means to create smart outcomes for citizen. Dehradun is one of

the shortlisted cities for the Smart City initiative under Ministry of Urban Development,

Government of India. Dehradun Smart City Limited (DSCL) is a Govt. Company for

implementing the Smart City Mission at the city level. DSCL will plan, appraise, approve,

release funds, implement, manage, operate, monitor and evaluate the Smart City

development projects.

1.2 Introduction to Dehradun Smart city Project

The Ministry of Urban Development (MoUD), Government of India (GoI) has initiated Smart Cities

Mission (SCM), under which select cities will be developed as smart cities with a focus on improving

citizen services with ICT intervention. Smart Cities Mission is an urban renewal and retrofitting

programme by the Government of India with a mission to develop 100 cities all over the country

making them citizen friendly, sustainable and investment destination. Under the smart city scheme,

Government has emphasized to improve the basic civic amenities of the cities on one hand and the

provision of modern technological advances for ease of living on the other hand.

The Smart City Proposal for Dehradun envisions to implementing a number of projects categorized

into Area Based Development (ABD) projects and Pan City components. The ABD projects focuses

on physical infrastructure components, whereas the Pan City components focuses on the ICT

interventions in the city. The component as being undertaken as part of the Pan City Proposal is as

under:

Pan City Development: To achieve Dehradun’s vision for a smart city, large numbers of measures

are required to be implemented. Considering the priorities echoed by city stakeholders during the

consultative process and practical feasibility, the five project umbrella initiatives shortlisted are:

‘Dehradun One”: maintaining a bird’s eye view of the city. Mobile device is viewed as one of

the most effective tools to bring change in governance. Dehradun One is mobile app to be

developed for a linkage between citizen and government to enhance service delivery. The

major citizen service modules envisaged in Dehradun One Mobile App: City Dashboard (City

KPI trends and other city information), Provisioning of all G2C and G2B Services on Mobile

(Tourism, Education, Health, Utilities, Ease of Doing Business, and 112 Emergency etc.),

Women Safety Application , GIS based Mosquito Surveillance Module, City Flood monitoring ,

GIS based property management.

‘City Nervous Centre”: The key components of CNS include: City Command and Control

Centre, City –Wide Fiber Backhaul. It will run & manage: City Civic Services monitoring e.g.

electricity, water etc., Emergency Operations, Integration with City Surveillance and Traffic

Management.

Page 10 of 87

Section I- Instructions to Bidders

Intelligent traffic management services (ITMS) and Image Based Traffic Light Management System:

Currently no ITMS system is used to monitor traffic on road, due to which rise in road accidents and

incidents are happening. IMTS installation by traffic sensors on intelligent poles will gives signal to

automated traffic control system is a key to achieving. Creation of an OFC network to connect

various sensors to track data such as pollution levels, traffic and other data in real time would enable

better data processing for DMC. Use of LEDs integrated with Telecom BTS cells will lead to

elimination of telecom towers and hence substantially reduce the diesel consumption of the city

which helps in partially achieving the SDG. Smart City Surveillance System and Dial 100 to ensure

ease of movement, safety and security to all section of the society by establishing Integrated

Technology Enabled Citizen Centric Services (ITECCS) Cell. ICT based city bus service with smart

travel stations and travel cards.

‘Citizen Outreach Program’: ICT based Integrated Urban Services through intelligent devices

and systems (system of systems) with different means of network and cloud.

ICT based Municipal Solid Waste Management which includes real time monitoring of door to

door collection, transportation, waste to energy generation and disposal. Intelligent Energy

Efficient Street lights and high mast lighting by replacing existing street lighting with sensor

based LED lighting.

ICT based Air and Water Pollution Controlling with real time monitoring of ambient air and

water quality along with construction of new STPs and CETPs.

Dehradun has prepared a RFP and is approved by board for selection of MSI by using integrated

approach; there is one RFP for implementing all the smart solutions from Single Master

System integrator.

There are following components in RFP as below:

Implementation:

ITMS with ANPR, RLVD, Speed detection cameras with Artificial intelligence

Traffic signal with Artificial Intelligence

Safety & Public Security

Environment sensor

City surveillance Cameras with Face Recognition System and Artificial intelligence

Variable Message System

Public announcement System

Emergency Call box

E-Governance implementation with ERP

GIS based property tax management

Mobile app for Dehradun

Integrated Command and control Centre

Data centre and 50% capacity on cloud in active- passive mode.

Network Connectivity to be taken on lease.

Smart parking with dashboard, sensors and cameras Integration:

All existing and upcoming future solution to be integrated with command and control centre

Page 11 of 87

Section I- Instructions to Bidders

1.3 RFP Format

The intent of this RFP is to invite bids from the Bidders for implementation of an integrated solution

for Dehradun Smart City. The Request for Proposal (RFP) consists of three volumes as follows:

A. RFP Volume 1: Instruction to Bidders

Volume 1 details the instructions with respect to the bid process management, technical

evaluation framework, and the technical & financial forms along with the bid submission

guidelines.

B. RFP Volume 2: Scope of work including Functional & Technical Specifications

Volume 2 of the RFP provides information regarding the Project Implementation Plan,

business requirements/ applications to be covered and corresponding process related

documentation, scope of work for the selected bidder and functional requirements and Master

Service Level Agreement.

C. RFP Volume 3: Master Service Level Agreement

Volume 3 of the RFP provides information regarding the Master Service Level

Agreement and contains the contractual, legal terms & conditions applicable for the proposed

assignment.

Page 12 of 87

Section I- Instructions to Bidders

1.4. Fact sheet

Sl No. Item Description

1 Method of Selection The method of selection is QCBS. The weightage given to the

Technical and Financial scores will be 80% and 20% respectively.

The Contract will be awarded to the bidder scoring maximum marks

in technical and financial evaluations as per the qualifying criteria.

QCBS evaluation formula:

For Quality and Cost based Evaluation (QCBS), the following formula

will be used for the evaluation of the bids.

The scores will be calculated as:

Bn = 0.8*Tn + (0.2)*(Cmin/Cb * 100)

Where

i. Bn = overall score of bidder under consideration. (Calculated

up to two decimal points).

ii. Tn = Technical score for the bidder under consideration.

iii. Cb = Actual price quoted by the bidder.

iv. Cmin = Lowest price among the financial proposals under

consideration.

3 RFP document fee

(Non- refundable and

Not – exempted)

INR 25,000/- (Indian Rupees Twenty Five Thousand Only)

inclusive of taxes in the form of DD in favor of “Chief Executive

Officer, Dehradun Smart City Limited” payable at Dehradun.

4 Bid Security/ Earnest

Money Deposit (EMD)

Deposit (EMD)

INR 2.60 Cr (Indian Rupees Two Crore Sixty Lakhs Only) in the

Form of unconditional Bank Guarantee in the format given in the

RFP.

5 Bid validity Bids must remain valid up to 180 (One Hundred & Eighty) days from

the last date of submission of the Bid/Proposal.

6 Currency Currency in which the Bidders may quote the price and will receive

payment is INR only.

7 Name and Address for

Correspondence / Bid

Opening Venue

Chief Executive Officer,

Dehradun Smart City Limited

777, Satvik Tower, Rajender Nagar, Kaulagarh Road, Dehradun,

248001, Telephone: 0135-2750984

Email: [email protected], [email protected]

Page 13 of 87

Section I- Instructions to Bidders

1.5 Definitions/Acronyms

S.No Term/ Acronyms Description

1 AAA Authentication, authorization, and accounting

2 ABD Area Based Development

3 ANPR Automated Number Plate Recognition

4 AP Access Point

5 AVLS Automated Vehicle Locator System

6 B2C Business to Citizen

7 BHC Benzene Hydro chloride

8 Bid

Offer by the Bidder to fulfil the requirement of the Authority for an

agreed price. It shall be a comprehensive technical and commercial

response to the RFP

9 BOM Bill of Material

10 CCC Command and Control Centre

11 CCTNS Crime and Criminal Tracking Network & Systems

12 CCTV Closed Circuit Television

13 ICCC Integrated Command and Control Centre

14 Consortium/JV

A consortium/JV consists of multiple members (not more than three

parties- Lead Bidder + 2 Consortium/JV members) entering into a

Consortium/JV. Agreement for a common objective of satisfying

the DSCL requirements & represented by lead member of the

consortium/JV, designated as a "Lead Bidder”. Also, the solely

responsibility for successful execution of the entire project will be that

of the defined Lead bidder. The consortium/JV members shall

support lead bidder for their work scope to execute the project

successfully. The consortium/JV members should have relevant

experience of executing similar roles and responsibilities in past as

stated in the MoU in Annexure 7. Parent company existence of

Bidder/ Lead bidder would be considered for only 100% subsidiary/

sister concern / division/ sub division/ branch business unit.

Intellectual Property Rights Indemnity will not be applicable if any

claim of infringement is asserted by a parent, subsidiary, or affiliate of

the MSI’s organization, For the purpose of technical evaluation, net

worth and turnover of only the bidding entity will be considered. Net

worth and turnover of any parent, subsidiary, associate or other

related entity will not be considered.

15 COP Common Operating Platform

16 CETP Common and combined effluent treatment plant

17 DBA Database Administrator

18 DC Data Center

19 DCP Deputy Commissioner of Police

20 Deliverables Products, infrastructure and services agreed to be delivered by the

Bidder in pursuance of the agreement as defined more elaborately in

the RFP, Implementation and the Maintenance phases and

Page 14 of 87

Section I- Instructions to Bidders

includes all documents related to the user manual, technical

manual, design, process and operating manuals, service

mechanisms, policies and guidelines (such as security related, data

migration related), inter alia payment and/or process related etc.,

source code and all its modifications.

21 DIT Directorate of Information Technology

22 DNS Domain Name Server

23 DR Disaster Recovery

24 Effective Date The date on which the Contract Agreement for this RFP comes into

effect

25 EMD Earnest Money Deposit

26 EMS Enterprise Management System

27 EMV Engineering Materials Vehicles

28 ETA Estimated Time of Arrival

29 ETD Estimated Time of Departure

30 e- Procurement

Portal Means the electronic tendering system of the Authority

31 ETM Electronic Ticketing Machine

32 FB Camera Fixed Boxed Camera

33 FPS Frames Per Second

34 FRS Functional Requirement Specifications

35 FTTX Fiber to the x

36 G2C Government to Citizens

37 GI Pipes Galvanised iron Pipes

38 GIS Geographical Information System

39 GoUK Government of Uttrakhand

40 GPRS General Packet Radio Service

41 GPS Global Positioning System

42 GSM Global Systems for Mobile Communications

43 GUI Graphical User Interface

44 HPSV High Pressure Sodium Vapour lamps

45 HDPE High-Density Polyethylene

46 HO Head Office

47 ICT Information and Communication Technology

48 IDS Intrusion Detection System

49 IOE Internet of Everything

50 IP Internet Protocol

51 IPS Intrusion Prevention System

52 ITIL Information Technology Infrastructure Library

53 IoT Internet of Things

54 JV Joint Venture

55 KeDB Knowledge Database

56 LAN Local Area Network

57 LED Light Emitting Diode

Page 15 of 87

Section I- Instructions to Bidders

58 LOI/LOA Letter of Intent/Letter of Award

59 MAN Metropolitan Area Network

60 MoU Memorandum of Understanding

61 MSV Mobile Surveillance Vehicle

62 MTBF Mean Time Between Failures

63 MTTR Mean Time to Repair

64 MUX Multiplexer

65 NDA Non-disclosure Agreement

66 NFC Near Field Communication

67 NIC National Informatics Centre

68 DMC Dehradun Municipal Corporation

69 NOC

Network Operations Centre A Network Operations Centre (NOC) is

defined as the place from which the networks are supervised,

monitored and maintained. It typically has a network operations

centre, a room containing visualizations of the network or networks

that are being monitored, workstations at which the detailed status of

the network can be seen, and the necessary software to manage the

networks.

70 Node L3 aggregation points consisting of L3 switches

71 Non-Compliance means failure/refusal to comply the terms and conditions of the RFP

72

Non-

Responsive

means failure to furnish complete information in a given format and

manner required as per the RFP documents or non-submission of

RFP offer in given forms / pro forma or not following procedure

mentioned in this RFP or any of required details or documents is

missing or not clear or not submitted in the prescribed format or

non- submission of RFP fee on EMD

73 O&M Operations & Maintenance

74 OEM Original Equipment Manufacturer

75 OFC Optical Fibre Cable

76 OGC Open Geospatial Consortium/JV

77 OS Operating Systems

78 OTP One Time Password

79 PA System Public Address System

80 PDU's Power Distribution Units

81 PIS Passenger Information System

82 PoE Power over Ethernet

83 PoP Points of Presence

84 PTZ Pan Tilt Zoom

85 QR Code Quick Response Code

86 QCBS Quality Cost Basis System

87 Required

Consents

The consents, waivers, clearances and licenses to use Authority

Intellectual Property Rights, rights and other authorizations as may be

required to be obtained for the software and other items that DIT, GoI

their nominated agencies are required to make available to Bidder

pursuant to this Agreement;

Page 16 of 87

Section I- Instructions to Bidders

88 RF Radio Frequency

89 RFID Radio Frequency Identification

90 RFP Request for Proposal

91 RLVD Red Light Violation Detection

92 RoW Right of Way2.2

93 RPO Recovery Point Objective

94 RTO Recovery Time Objective

95 SDPO Sub-Divisional Police Officer

96 Service Level The level of service and other performance criteria which will apply to

the Services delivered by the Bidder;

97 SI / MSI System Integrator/Master System Integrator

98 SLA Service Level Agreement; Performance and Maintenance SLA

executed as part of this Master Service Agreement;

99 SNMP Simple Network Management Protocol

100 SMPS Switched Mode Power Supply

101 SOP Standard Operating Procedure

100 SOS Save Our Souls. SOS is the international Morse code distress signal

102 SSID Service Set Identifier

103 STP Sewage Treatment Plant

104 Successful

Bidder

The bidder who is qualified & successful in the bidding process and is

awarded the work

105 TRAI Telecom Regulatory Authority of India

106 TRS Technical Requirement Specifications

107 UPS Uninterruptible Power Supply

108 URL Uniform Resource Locator

109 VA Video Analytics

110 VaMS Variable Message System

111 VCA Video Content Analytics

112 VLAN Virtual Local Area Network

113 VMS Video Management Software/System

114 WAN Wide Area Network

115 WSP Wi-Fi Service Provider

116 Server Room Sever room and data centre shall mean the same.

Page 17 of 87

Section I- Instructions to Bidders

2. Instruction to Bidders

2.1 General

a. While every effort has been made to provide comprehensive and accurate background

information, requirements and envisaged solution(s) specifications, Bidders must form

their own conclusions about the solution(s) needed to meet the DSCL’s requirements.

Bidders and recipients of this RFP may wish to consult their own legal advisers in

relation to this RFP.

b. All information supplied by Bidders as part of their bids in response to this RFP, may be

treated as contractually binding on the Bidders, on successful award of the assignment

by the DSCL on the basis of this RFP.

c. No commitment of any kind, contractual or otherwise shall exist unless and until a

formal written contract has been executed by or on behalf of DSCL. Any notification of

preferred bidder status by DSCL shall not give rise to any enforceable rights by

the Bidder. DSCL may cancel this public procurement at any time prior to a formal

written contract being executed by or on behalf of DSCL.

d. Sealed bids shall be received by the DSCL by physical posts with readable CDs, in

person before the time and date specified in the schedule of the RFP notice. In the

event of the specified date for the submission of RFP offers being declared a public

holiday by the Government of Uttarakhand, the offers will be received up to the

appointed time on the next working day. The DSCL may, at its discretion, extend this

deadline for submission of offers by issuing corrigendum.

e. Telex, cable or facsimile offers will be rejected.

2.2 Eligible Bidders

Bids may be submitted by either of the following categories of bidders only: The Bidder can be

either a Single System Integrator (SI) or a Consortium/JV of companies/ corporations as described

below. A systems integrator is a company that specializes in bringing together component

subsystems into a whole and ensuring that those subsystems function together.

a. Sole Bidder

The Sole Bidder must be a System Integrator company which has the capabilities to

deliver the entire scope as mentioned in the RFP. The Sole Bidder cannot bid as a part of

any other consortium/JV bid under this RFP.

b. Consortium/JV of Firms

Bids can be submitted by a consortium/JV of firms. A consortium/JV should not consist

Page 18 of 87

Section I- Instructions to Bidders

of more than three parties (including the Lead Bidder). One of the Firms would be

designated as a "Lead Bidder". The Lead Bidder would have the sole responsibility of

ensuring the delivery of products and services mentioned in all volumes of this RFP.

Each consortium/JV member will only be responsible for their scope of work. The Lead

Bidder would also be responsible for ensuring the successful execution of integrated

solution including meeting the SLAs. The list of Consortium/JV Members needs to be

declared in the bid which cannot be changed by the bidder later on.

The Lead Bidder will be responsible for:

i. The management of all Consortium/JV Members who are part of the bid, and

ii. The supply, delivery and installation of all products and services submitted in their bid

and as part of the contract

Bids submitted by a consortium/JV should comply with the following requirements also:

i. The Lead Bidder shall be authorized to incur liabilities and receive instructions

for and on behalf of any and all consortium/JV members. Entire execution of the

Contract, including payment, shall be done exclusively by/with the Lead Bidder

ii. Any firm which is not a Lead Bidder (however, is a consortium/JV partner) can only

partner in one bid i.e all members of a consortium/JV are restricted from being part of

any other consortium/JV that is formed to participate in a Bid in response to this RFP.

iii. Any of the Lead Bidders cannot be a Consortium/JV Member with another bidder in a

separate bid

iv. iv. Internal arrangement between the Consortium/JV Members is left to the bidders.

2.3 Compliant Bids/Completeness of Response

a. Bidders are advised to study all instructions, forms, terms, requirements and other

information in the RFP documents carefully. Submission of the bid shall be deemed

to have been done after careful study and examination of the RFP

document with full understanding of its implications.

b. Failure to comply with the requirements of this paragraph may render the bid non -

compliant and the Bid may be rejected. Bidders must:

i. Include all documentation specified in this RFP, in the bid

ii. Follow the format of this RFP while developing the bid and respond to each element

in the order as set out in this RFP

iii. Comply with all requirements as set out within this RFP

Page 19 of 87

Section I- Instructions to Bidders

2.4 Bidder to Inform

The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service

Levels, Specifications, and Schedules of this RFP. If bidder has any doubts/clarifications as to the

meaning of any Portion of the Conditions or the specifications he shall, before the last date for

Submission of Pre-Bid Queries, set forth the particulars thereof and submit them to DSCL in writing

in order that such doubt may be removed or clarifications are provided.

2.5 Bid Preparation costs

The Bidder shall bear all costs associated with the preparation and submission of its bid, for the

purposes of clarification of the bid, if so desired by the DSCL.

2.6 Pre-bid meeting & Clarification

2.6.1 Queries

Any clarification regarding the RFP document and any other item related to this project can be

submitted to DSCL as per the online submission mode and timelines mentioned in the Bidding

Schedule. The pre-bid queries should be as per Annexure-I, along with name and details of the

organization submitting the queries.

DSCL shall not be responsible for ensuring that the bidders’ queries have been received by them.

Any requests for clarifications post the indicated date and time shall not be entertained by DSCL.

Bidders must submit their queries as per the format mentioned in Annexure-I

Maximum of 2 members per Bidder will be allowed to participate in the Pre-bid conference and a

letter from the Authorized Signatory from the intended MSI will clearly specify the names of the

participants. Representatives from any OEM will not be allowed to be part of the pre-bid

conference. OEM should also not accompany any of their system integrator or partners, and are

expected to submit their queries through partners for seeking clarifications.

2.6.2 Responses to Pre-Bid Queries and Issue of Corrigendum

DSCL will organize a pre-bid conference and will respond to any request for clarification or

modification of the bidding documents. DSCL shall formally respond to the pre-bid queries after the

pre-bid conference. No further clarifications shall be entertained after the date and time of

submission of queries.

DSCL shall endeavor to provide timely response to all queries. However, DSCL makes no

representation or warranty as to the completeness or accuracy of any response made in good faith.

DSCL does not undertake to answer all the queries that have been posed by the bidders.

Any modifications of the RFP Documents, which may become necessary as a result of the Pre- Bid

Conference, shall be made by DSCL exclusively through a corrigendum. Any such corrigendum

shall be deemed to be incorporated into this RFP. However, in case of any such amendment, the

Page 20 of 87

Section I- Instructions to Bidders

bid submission date may be extended at the discretion of DSCL.

Any corrigendum/notification issued by DSCL, subsequent to issue of RFP, shall only be

available/hosted on the website URL mentioned in the fact sheet. Any such corrigendum shall be

deemed to be incorporated into this RFP.

2.7 RFP Document Fee

RFP can be downloaded from the website URL mentioned in the fact sheet. RFP Fee of INR

25,000 (Indian Rupees Twenty Five Thousand Only) through DD, in favour of CEO, Dehradun

Smart City Limited payable at Dehradun, shall have to be paid along with the proposal. The RFP

document fees shall be non-refundable. Without the payment of RFP fee the bids will be taken as

incomplete and non- responsive and shall not be considered for evaluation.

2.8 Earnest Money Deposit (EMD)

EMD of INR 2, 60, 00,000 (Indian Rupees Two Crore Sixty Lakhs Only) shall be paid at the time

of submission of bid through an unconditional Bank Guarantee. No exemption for submitting the

EMD will be given to any agency. Bid security in any other form will not be entertained. It should be

in favour of “The Chief Executive Officer (CEO), Dehradun Smart City Limited”

For Unsuccessful bidders: The bid security of all unsuccessful bidders would be refunded without

interest by DSCL on finalization of the bid in all respects by the successful bidder.

For Successful bidders: The bid security, for the amount mentioned above, of successful bidder

would be returned without interest upon submission of required Performance Bank Guarantee by

the successful bidder.

The above mentioned return would be completed within 3 months from the date of selection of MSI.

In case bid is submitted without the bid security then DSCL will reject the bid without providing

opportunity for any further correspondence to the concerned bidder.

The EMD may be forfeited in any of the following circumstances:

a) If a Bidder withdraws or modifies it’s Proposal during the Proposal validity period or any

extension agreed by the Bidder thereof.

b) If a Bidder is disqualified in accordance with Clause 2;

c) If the Bidder tries to influence the evaluation process or engages in corrupt, fraudulent,

coercive or undesirable practice or restrictive practice as set out in Section 4.

If a Bidder is declared the first ranking Bidder and the bidder and it:

Withdraws its Proposal during negotiations. However, failure to arrive at a consensus

between the Client and the first ranked Bidder shall not be construed as withdrawal of

proposal by the first ranked Bidder;

Page 21 of 87

Section I- Instructions to Bidders

fails to furnish the Performance Security

fails to sign and return, as acknowledgement, the duplicate copy of the letter of award;

fails to fulfil any other condition precedent to the execution of the Contract, as specified in

the letter of award; or

d) Fails to execute the Contract.

2.9 Bid Validity Period

Bid shall remain valid for the time period mentioned in the Fact Sheet. The bidder shall be required

to extend the bid validity period, if requested by client to do so. Accordingly the bid security shall

also be extended by the bidder for such period.

The request and the responses to the request shall be made in writing. A Bidder may refuse the

request without risking forfeiting the EMD, but in this case the bid will be out of the competition for

the award. Bidder agreeing to the request will not be required or permitted to modify its bid, but will

be required to ensure that the bid remains secured for a correspondingly longer period

2.10 Contents of Bid

The four sets of documents (each enveloped separately and packed in a master envelope) are

required to be submitted for evaluation. The sets will comprise of:

Document

Set per

envelope

Name of

DocumentContent

Mode of

Submission

One

RFP

Document fee

& Bid Security/

Earnest Money

Deposit (EMD)

a) RFP Document Fee receipt

b) Bid Security/ Earnest Money

Deposit (EMD) receipt

Online and Hard copy

Two

Pre-

Qualification

Bid

a) Pre-Qualification bid as per

Section 6.1 and 6.2 along with

the required supporting

documents

b) No Deviation Certificate as per

Section 6.6

c) Total Responsibility

declaration as per Section 6.7

Online Only

Three Technical Bid

a) Technical bid

b) Detailed compliance with OEM

make & model

Online Only

Four Financial Bid Financial Bid Online only

a. Please note that Prices should NOT be indicated in the Technical Bid but should only be

Page 22 of 87

Section I- Instructions to Bidders

indicated in the Commercial Bid.

b. All the pages of the bid must be sequentially numbered. The bid documents must contain in

the beginning of the document, a list of contents with page numbers. Any deficiency in the

documentation may result in the rejection of the Bid.

c. All pages of the bid shall be initialed and stamped by the person (or persons) who sign the

bid.

d. Failure to submit the bid before the submission deadline specified in the bidding Schedule

Sheet would cause a bid to be rejected.

2.11 Bid Formats

2.11.1 Pre-Qualification Bid Format

Section Section Heading Details

1 Pre-qualification checklist As per format provided in section 6.1

2 Pre-Qualification Bid

Covering Letter As per format provided in section 6.2

3 Consortium/JV Agreement As per format provided in Annexure 7 of this Volume

4 About Bidder As per format provided in section 6.3 of this document

5 Legal

1. Copy of Certification of Incorporation/ Registration Certificate

2. PAN Card

3. VAT Registration

6 Annual Turnover Details of annual turnover with documentary evidence.

7 Net worth Details of net worth with documentary evidence.

8 Certification Relevant ISO certification

9 Self-certificate for non-

blacklisting clause As per format provided in section 6.4

10 Power of Attorney Documentary evidence as per format provided in Annexure 8

and 9

11 Project Experience Citation details of projects as per format in Section 6.8 and 7.4,

as applicable.

12 No Deviation Certificate As per format provided in section 6.6

13 Total responsibility

certificate As per format in 6.7

Page 23 of 87

Section I- Instructions to Bidders

2.11.2 Technical Bid Format

Section Section Heading Details

1 Technical Bid Checklist As per format provided in section 7.1

2 Technical Bid Covering

Letter As per format provided in Section 7.2

3 About Bidder

Details about bidder (whether sole bidder or

consortium/JV )

Bidder’s General Information as required in

Technical Criteria 3.6.1

4 Understanding Details as required in Technical Criteria 3.6.1.

5 Solution proposed Details as required in Technical Criteria 3.6.1. Please

refer to section 7.5.1.

6 Project/credential summary As per format provided in Section 7.3

7 Bidder’s Experience

Project citation as per format provided in section7.4 and

supporting documentary evidences and Self- certifications

as per format in section 6.8 as applicable

8 Project Plan and Resources

Project plan as per format provided in Section

7.5.2

Manpower Plan as per format provided in section

7.5.3 I & II

Summary of resources as per format provided in

Section 7.6.1

CV of resources as per format provided

9 Manufacturers'/Producers’

Authorization Form As per format provided in section 7.10

10 Anti-Collusion Certificate As per format provided in section 7.11

11 Non-disclosure agreement As per format provided in section 11 (Annexure 6)

2.11.3 Commercial Bid Format

The price bid BOQ is documented separately and can be downloaded from e-procurement portal

https://uktenders.gov.in along with the RFP documents. The price bid BOQ in excel format which is

available on https://uktenders.gov.in website should be completely filled and should be uploaded as

a part of the bid/proposal without which the bid/proposal shall be treated as “NON-RESPONSIVE”.

2.12 Language

The bid should be prepared and submitted by the bidders in English language only. If any submitted

supporting documents are in any language other than English, translation of the same in English

language is to be provided (duly attested) by the Bidders. For purposes of interpretation of the

documents, the English translation shall govern.

Page 24 of 87

Section I- Instructions to Bidders

2.13 Authentication of Bids

An authorized representative (or representatives) of the Bidder shall initial all pages of the Pre-

Qualification, Technical and Commercial Bids.

Bid should be accompanied by an authorization in the name of the signatory (or signatories) of the

Bid. The authorization shall be in the form of a written power of attorney accompanying the Bid or in

any other form demonstrating that the representative has been duly authorized to sign.

2.14 Amendment of Request for Proposal

At any time prior to the due date for submission of bid, DSCL may, for any reason, whether at its

own initiative or in response to a clarification requested by prospective bidder(s), modify the RFP

document by amendments. Such amendments shall be uploaded on the uktenders website,

through corrigendum and shall form an integral part of RFP document.

The relevant clauses of the RFP document shall be treated as amended accordingly. It shall be the

responsibility of the prospective bidder(s) to check the uktenders website given in advertisement

from time to time for any amendment in the RFP document. In case of failure to get the

amendments, if any, DSCL shall not be responsible.

In order to allow prospective bidders a reasonable time to take the amendment into account in

preparing their bids, DSCL, at its discretion, may extend the deadline for submission of bids. Such

extensions shall be uploaded on website of the DSCL.

2.15 Bid Price

Commercial Bid shall be as per the format given in https://uktenders.gov.in. Bidders shall quote

their prices exclusive of all the taxes.

Bidders shall quote for the entire scope of contract on an “overall responsibility” basis such that the

total bid price covers Bidder’s all obligations mentioned in the bidding documents in respect of

providing the product/services.

Prices quoted by the Bidder shall remain firm during the entire contract period and not subject to

variation on any account. A bid submitted with an adjustable price quotation shall be treated as non-

responsive and rejected. However, it should be noted that the price quotes should be exclusive of

tax components.

2.16 Deviations and Exclusions

Bids shall be submitted strictly in accordance with the requirements and terms & conditions of the

RFP. The Bidder shall submit a No Deviation Certificate as per the format mentioned in Section 6.6.

The bids with deviation(s) to the clauses/ outlined scope mentioned in the RFP are liable for

rejection.

Page 25 of 87

Section I- Instructions to Bidders

2.17 Total Responsibility

Bidder should issue a statement undertaking total responsibility for the defect free operation with

effective SLAs of the proposed solution as per the format mentioned in Section 6.7.

2.18 Late Bids

a. Late submission will not be accepted.

b. The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No

correspondence will be entertained on this matter.

c. DSCL shall not be responsible for any non-receipt/non-delivery of the documents

due to technical snag whatsoever at Bidder’s end. No further correspondence on the

subject will be entertained.

d. DSCL reserves the right to modify and amend any of the above- stipulated

condition/criterion.

2.19 Right to Terminate the Process

DSCL may terminate the RFP process at any time and without assigning any reason. DSCL makes

no commitments, express or implied, that this process will result in a business transaction with

anyone. This RFP does not constitute an offer by DSCL.

2.20 Non-Conforming bids

A bid may be construed as a non-conforming bids and ineligible for consideration:

a. If it does not comply with the requirements of this RFP.

b. If a bid does not follow the format requested in this RFP or does not appear to address

the particular requirements of the solution.

2.21 Acceptance/Rejection of Bids

a. DSCL reserves the right to reject in full or part, any or all bids without assigning any

reason thereof. DSCL reserves the right to assess the bidder’s capabilities and

capacity. The decision of DSCL shall be final and binding.

b. Bid should be free of over writing. All erasures, correction or addition must be clearly

written both in words and figures and attested.

In the event of any assumptions, presumptions, key points of discussion, recommendation or any

Page 26 of 87

Section I- Instructions to Bidders

points of similar nature submitted along with the Bid, DSCL reserves the right to reject the Bid and

forfeit the EMD.

The e-procurement system automatically calculates the total amount from unit rates and

quantities and the system also automatically populates the amount in words from the

amount in figures and therefore there is no scope of discrepancy and need for arithmetic

correction

2.22 Confidentiality

All the material/information shared with the Bidder during the course of this procurement process as

well as the subsequent resulting engagement following this process with the successful bidder, shall

be treated as confidential and should not be disclosed in any manner to any unauthorized

person under any circumstances. The successful bidder and its consortium/JV partners will sign a

NDA. Confidentiality agreement will be mutually applicable on both the bidder and DSCL.

2.23 Disqualification

The bid is liable to be disqualified/ a proper explanation can be called in the following cases or

in case bidder fails to meet the bidding requirements as indicated in this RFP:

a. During validity of the bid, or its extended period, if any, the bidder increases its quoted

prices

b. The bidder’s bid is conditional and has deviations from the terms and conditions of RFP

c. Bid is received in incomplete form

d. Bid is not accompanied by all the requisite documents

e. Information submitted in technical bid is found to be misrepresented, incorrect or false,

accidentally, unwittingly or otherwise, at any time during the processing of the contract

(no matter at what stage) or during the tenure of the contract including the extension

period if any

f. Financial bid is enclosed with the same document as technical bid.

g. Bidder tries to influence the bid evaluation process by unlawful/corrupt/fraudulent means

at any point of time during the bid process

h. In case any one party submits multiple bids or if common interests are found in two or

more bidders, the bidders are likely to be disqualified, unless additional bids/bidders are

withdrawn upon notice immediately

i. If any of the Lead Bidder is also partner in any other bid, then all the affected bids shall

be disqualified

Page 27 of 87

Section I- Instructions to Bidders

2.24 Key Personnel

DSCL has identified certain key positions and minimum qualifications for each of the positions that

should be part of project team of the bidder (hereby referred to as “key personnel”). Details of these

key positions are provided in Section 3.6.2

2.24.1 Initial Composition; Full Time Obligation; Continuity of Personnel

Bidder shall ensure that each member of the Key Personnel devotes substantial working time as

per the staffing schedule/ manpower plan to perform the services to which that person has been

assigned as per the bid.

Bidder shall not make any changes to the composition of the Key Personnel and not require or

request any member of the Key Personnel to cease or reduce his or her involvement in the

provision of the Services during the defined term of the engagement unless that person resigns, is

terminated for cause, is long-term disabled, is on permitted mandatory leave under Applicable Law

or retires.

In any such case, the DSCL's prior written consent would be mandatory.

2.24.2 Evaluations

Bidder shall carry out an evaluation of the performance of each member of the Key Personnel in

connection with the Services at least once in each Contract Year. Bidder shall provide reasonable

written notice to DSCL of the date of each evaluation of each member of the Key Personnel.

DSCL shall be entitled to provide inputs to the bidder for each such evaluation. Bidder shall

promptly provide the results of each evaluation to DSCL, subject to Applicable Law.

2.24.3 Replacement

In case any proposed resource resigns, then the Bidder has to inform DSCL within one week of

such resignation.

Bidder shall promptly initiate a search for a replacement to ensure that the role of any member of

the Key Personnel is not vacant at any point in time during the contract period, subject to

reasonable extensions requested by Bidder to DSCL.

Before assigning any replacement member of the Key Personnel to the provision of the Services,

Bidder shall provide DSCL with:

a. A resume, curriculum vitae and any other information about the candidate that is reasonably

requested by DSCL; and

b. An opportunity to interview the candidate.

The bidder has to provide replacement resource of equal or better qualification and experience

as per the requirements of this RFP.

Page 28 of 87

Section I- Instructions to Bidders

If DSCL objects to the appointment, Bidder shall not assign the individual to that position and

shall seek an alternative candidate in accordance with the resource requirements of this RFP.

The bidder needs to ensure at least 4 weeks of overlap period in such replacements.

DSCL will not be responsible for any knowledge transition to the replacement resource and any

impact/escalation of cost incurred by the bidder due to resource replacement.

2.25 Fraud and Corrupt Practices

a. The Bidders and their respective officers, employees, agents and advisers shall

observe the highest standard of ethics during the Selection Process. Notwithstanding

anything to the contrary contained in this RFP, DSCL shall reject a Bid without being

liable in any manner whatsoever to the Bidder, if it determines that the Bidder has,

directly or indirectly or through an agent, engaged in corrupt practice, fraudulent

practice, coercive practice, undesirable practice or restrictive practice (collectively the

“Prohibited Practices”) in the Selection Process. In such an event, DSCL shall,

without prejudice to its any other rights or remedies, forfeit and appropriate the EMD

or PBG, as the case may be, as mutually agreed genuine pre-estimated

compensation and damages payable to DSCL for, inter alia, time, cost and effort of

DSCL, in regard to the RFP, including consideration and evaluation of such Bidder’s

Bid.

b. Without prejudice to the rights of DSCL under Clause above and the rights and

remedies which DSCL may have under the LOA as per Annexure-L or the Agreement,

if a Bidder is found by DSCL to have directly or indirectly or through an agent,

engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice during the Selection Process, or after the

issue of the LOA or the execution of the Agreement and there is a written proof of

such practice, such Bidder shall not be eligible to participate in any tender or RFP

issued by DSCL during a period of 3 years from the date such Bidder is found by

DSCL to have directly or through an agent, engaged or indulged in any Prohibited

Practices.

c. For the purposes of this Section, the following terms shall have the meaning

hereinafter respectively assigned to them:

i. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or

indirectly, of anything of value to influence the action of any person connected with the

Selection Process (for avoidance of doubt, offering of employment to or

employing or engaging in any manner whatsoever, directly or indirectly, any official

of DSCL who is or has been associated in any manner, directly or indirectly with the

Selection Process or the LOA or has dealt with matters concerning the Agreement or

arising there from, before or after the execution thereof, at any time prior to the expiry

of one year from the date such official resigns or retires from or otherwise ceases to

be in the service of DSCL, shall be deemed to constitute influencing the actions of

a person connected with the Selection Process); or (ii) save as provided herein,

Page 29 of 87

Section I- Instructions to Bidders

engaging in any manner whatsoever, whether during the Selection Process or after

the issue of the LOA or after the execution of the Agreement, as the case may be,

any person in respect of any matter relating to the Project or the Award or the

Agreement, who at any time has been or is a legal, financial or technical

consultant/adviser of DSCL in relation to any matter concerning the Project;

ii. “Fraudulent practice” means a misrepresentation or omission of facts or disclosure of

incomplete facts, in order to influence the Selection Process;

iii. “Coercive practice” means impairing or harming or threatening to impair or harm,

directly or indirectly, any persons or property to influence any person’s

participation or action in the Selection Process;

iv. “Undesirable practice” means (i) establishing contact with any person connected with

or employed or engaged by DSCL with the objective of canvassing, lobbying or in

any manner influencing or attempting to influence the Selection Process; or (ii)

having a Conflict of Interest; and

v. “Restrictive practice” means forming a cartel or arriving at any understanding or

arrangement among Bidders with the objective of restricting or manipulating a full and

fair competition in the Selection Process.

2.26 Conflict of Interest

a. A bidder shall not have a conflict of interest that may affect the Selection Process or

the Solution delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of

Interest shall be disqualified. In the event of disqualification, DSCL shall forfeit and

appropriate the EMD, if available, as mutually agreed genuine pre-estimated

compensation and damages payable to DSCL for, inter alia, the time, cost and effort of

DSCL including consideration of such Bidder’s Bid, without prejudice to any other

right or remedy that may be available to DSCL hereunder or otherwise.

b. DSCL requires that the bidder provides solutions which at all times hold DSCL’s

interests paramount, avoid conflicts with other assignments or its own interests, and

act without any consideration for future work. The bidder shall not accept or engage

in any assignment that would be in conflict with its prior or current obligations to other

clients, or that may place it in a position of not being able to carry out the assignment

in the best interests of DSCL.

2.27 Sub-Contracting

The bidder would not be allowed to sub-contract work, except for the following:

a. Facility Management Staff at Ground maintenance, Cleaning, Catering, Vending

Space management, Utilities management etc. and associated manpower

b. Sub-contracting shall be allowed only with prior written approval of DSCL.

However, even if the work is sub-contracted, the sole responsibility of the work shall lie with the

Page 30 of 87

Section I- Instructions to Bidders

lead bidder. The lead bidder shall be held responsible for any delay/error/non-compliance etc. of its

sub- contracted vendor.

2.28 Quality Standards and pre-eligibility OEM Criteria:

For the below OEM criteria, either a public documentation or Self certification on OEM letter head

to be provided as a proof of compliance:

a. All quoted OEM should have quality standard certifications like ISO 9001-2008/ ISO

14001/ ISO 27001, wherever applicable to ensure only quality OEM participation,

as on date of RFP release.

b. OEM for the Command Control Software Platform should have a registered office in

India and should be operation in India for last 5 years, from date of RFP publication.

They should also have a development Centre in India.

c. OEM for Command Control Software should have deployed at least one Smart City

solution in India or globally. In addition CCC OEM must have minimum 5+ existing

Indian customers using its Integrated Command & Control Software in any vertical.

d. OEM for the all active network, security, compute, storage should have a registered

office in India and should be directly present for last 5 years, from date of RFP

publication.

e. Proposed OEM for any technology should not have filed for bankruptcy.

f. The Bidder shall quote only one specific make and model from only one specific

OEM, for each of the goods. Providing more than one option shall not be allowed. All

goods quoted by the Bidder must be associated with item code and names and

with printed literature describing configuration and functionality. Any deviation

from the printed specifications should be clearly mentioned in the offer document by

the Bidder.

g. The OEM for all active components should give a declaration that products or

technology quoted are not end of- sale till 6 months from the date of RFP release and

are not end-of-support till 5 years from date of RFP release.

h. The proposed OEM should not have been blacklisted by any State / Central

Government Department or Central /State PSUs.

i. Each of the proposed OEMs should have existing capability and infrastructure to

provide 24x7x365 technical support with Indian Toll or Toll-Free call in numbers.

j. The Goods and Services to be supplied, installed and/or performed by the Bidder

Page 31 of 87

Section I- Instructions to Bidders

conform to the RFP requirements.

k. Bidder shall establish an office in Dehradun within 30 days after award of work.

Adequate supporting documents pertaining to the above points, along with a summary compliance

table, should be submitted in the technical proposal by the Bidder.

2.28 a Solution Standards for selection of OEM:-

Provided Solutions should not be prone to any evasion technique.

1. Cyber Security vendor should not have any known/declared/Published vulnerability/CVE at

least in last 3 years. for instance, remote code Execution, cross site scripting, cross site

request forgery, buffer overflow, back door, information disclosure etc.

2. End Point Detection and Response, and Anti APT solution should be able to Share IOC

among themselves and to Perimeter Security for Real time prevention.

3. MSI should ensure the integration of existing system of ITMS and assurance from existing

OEM for the same with proposed OEM solution.

4. ICCC OEM must be prepared to for reasonable customisation (UI or Integration related) as

per customer requirements if it is under the support agreement.

5. ICCC Software licenses MUST not be based on count of edge devices such as cameras,

sensors, zones etc. It MUST support unlimited number of edge devices if they are

integrated. This is to prove that the CCC is scalable for future expansion without being

dependent on additional cost / license per edge device.

6. ICCC Operator Terminal Application must a ‘thick Client’ based on Client - Server

architecture.

7. ICCC application must have inbuilt Video Drivers to play live and recorded video feeds from

multiple video management systems.

8. ICCC OEM must not be same as any of the sub-systems involved in the project be it

software or hardware. This is to make sure CCC OEM is absolutely agnostic to any third

party system and is not biased towards its own company products.

2.29 Right to vary quantity

a. At the time of award of contract, the quantity of goods, works or services originally

specified in the bidding documents may be increased or decreased as per

Uttarakhand procurement guidelines. It shall be without any change in the unit prices

or other terms and conditions of the Bid and the bidding documents.

Page 32 of 87

Section I- Instructions to Bidders

b. If the DSCL does not procure any subject matter of procurement or procures less than

the quantity specified in the bidding documents due to change in circumstances, the

bidder shall not be entitled for any claim or compensation except otherwise provided

in the bidding document.

c. Repeat orders for extra items or additional quantities may be placed, if it is provided in

the bidding document, on the rates and conditions given in the contract if the original

order was given after inviting open competitive bids. Delivery or completion period

may also be proportionally increased.

2.30 Withdrawal, Substitution, and Modification of Bids

a. No bid may be withdrawn, substituted, or modified in the interval between the bid

submission deadline and the expiration of the bid validity period specified by the

Bidder in the Bid Submission Form, or any extension thereof agreed to by the Bidder.

Withdrawal of a bid during this interval may result in the forfeiture of the EMD/Bid

Security.

b. Any alteration/ modification in the Application or additional information supplied

subsequent to the Application Due Date, unless the same has been expressly sought

for by the Authority, shall be disregarded.

c. Bids withdrawn shall not be opened and processed further.

2.31 Site Visit

a. The Bidder may wish to visit and examine the site or sites and obtain for itself, at its

own responsibility and risk, all information that may be necessary for preparing the bid

and entering into the Contract. The costs of visiting the site or sites shall be at the

Bidder’s own expense.

b. It is strongly recommended that bidders may conduct their site surveys as per the

requirement of RFP wherever necessary, prior to the proposal submission.

c. No site visits shall be arranged or scheduled after the deadline for the submission of

the Bids and prior to the award of Contract.

3. Selection Process for Bidder

3.1 Opening of Bids

The Bids shall be opened by DSCL in presence of those Bidders or their representatives who may

be present at the time of opening. The representatives of the bidders should be advised to carry the

identity card or a letter of DSCL from the bidder firms to identify that they are bona fide

representatives of the bidder firm, for attending the opening of bid.

Page 33 of 87

Section I- Instructions to Bidders

There will be four bid-opening events as follows:

1. Set 1 (RFP Document fee & Bid Security/EMD)

2. Set 2 (Pre-Qualification bid)

3. Set 3 (Technical bid) of the bidders who will qualify in Set 2 (Pre-Qualification)

4. Financial bid for technically qualified bidder

a. The venue, date and time for opening the Bids bid are mentioned in the Fact sheet.

b. The date and time for opening of Technical bid is specified in the bidding schedule

and that of the Commercial bid would be communicated at respective stages to

eligible bidders.

c. The Technical Bids of only those bidders will be opened who clears the Pre-

qualification stage

d. The Commercial Bids of only those bidders will be opened who score equal to or

more than qualifying marks in Technical Bid.

3.2 Preliminary Examination of Bids

DSCL shall examine the bids to determine whether they are complete, whether the documents

have been properly signed and whether the bids are generally in order. Any bids found to be

nonresponsive for any reason or not meeting any criteria specified in the RFP, shall be rejected by

DSCL and shall not be included for further consideration.

Initial Bid scrutiny shall be held and bids will be treated as non-responsive, if bids are:

a. Not submitted in format as specified in the RFP document

b. Received without the Letter of Authorization

c. Found with suppression of details

d. With incomplete information, subjective, conditional offers and partial offers submitted

e. Submitted without the documents requested

f. Non-compliant to any of the clauses mentioned in the RFP

g. With lesser validity period

Page 34 of 87

Section I- Instructions to Bidders

3.3 Clarification on Bids

During the bid evaluation, DSCL may, at its discretion, ask the Bidder for any clarification(s) of its

bid. The request for clarification and the response shall be in writing, and no change in the price or

substance of the bid shall be sought, offered, or permitted.

3.4 Evaluation Process

DSCL shall constitute a RFP Evaluation Committee to evaluate the responses of the bidders. The

RFP Evaluation Committee shall evaluate the responses to the RFP and all supporting

documents/documentary evidence. Inability to submit requisite supporting documents/documentary

evidence by bidders may lead to rejection of their bids.

The decision of the RFP Evaluation Committee in the evaluation of bids shall be final. No

correspondence will be entertained outside the process of evaluation with the Committee. The

RFP Evaluation Committee may ask for meetings or presentation with the Bidders to seek

clarifications or conformations on their bids.

The RFP Evaluation Committee reserves the right to reject any or all bids. Each of the responses

shall be evaluated as per the criteria and requirements specified in this RFP.

The steps for evaluation are as follows:

3.4.1 Stage 1: Pre-Qualification

a. DSCL shall validate the Set 1 “RFP Document fee & Bid Security/Earnest Money

Deposit (EMD)”.

b. If the contents of the Set 1 are as per requirements, DSCL shall open the “Pre-

Qualification Bid”. Each of the Pre-Qualification condition mentioned in Section

3.5 is MANDATORY. In case, the Bidder does not meet any one of the conditions,

the bidder shall be disqualified.

Bidders would be informed of their qualification/disqualification through e-procurement

portal/Email/Phone and subsequently, the Bid Security amount shall be returned to

the respective disqualified Bidders after the submission of Performance Bank

Guarantee by the successful Bidder.

c. Technical & Financial bid will not be opened for those bidders, who don’t qualify the

pre-qualification stage. Financial Bids will not be opened for those bidders, who don’t

qualify the Technical Stage. Bid Security shall be returned to the unsuccessful bidders

after the submission of Performance Bank Guarantee by the successful Bidder.

3.4.2 Stage 2: Technical Evaluation

a. Set 3 “Technical bid” will be evaluated only for the bidders who succeed in Stage 1.

Page 35 of 87

Section I- Instructions to Bidders

b. DSCL will review the technical bids of the short-listed bidders to determine

whether the technical bids are substantially responsive. Bids that are not

substantially responsive are liable to be disqualified at DSCL’s discretion.

c. The bidders' technical solutions proposed in the bid document shall be evaluated

as per the requirements specified in the RFP and technical evaluation framework as

mentioned in Section 3.6.

c. Bidders may be asked to give demonstration of the envisaged solution to DSCL as per

the demo scripts that shall be shared with the Bidders who qualify the Pre-

Qualification Stage.

e. Bidders submit in detailed – “Approach & Methodology & Solutions proposed “

f. Each Technical Bid will be assigned a technical score out of a maximum of 100 marks.

Only the bidders who get an Overall Technical score of 70% or more in the Technical

Evaluation Framework as given in Section 3.6 will qualify for commercial evaluation

stage. Failing to secure minimum marks shall lead to technical rejection of the Bid.

3.4.3 Stage 3: Commercial Evaluation

a. All the technically qualified bidders will be notified to participate in Commercial Bid

opening Process.

b. The commercial bids for the technically qualified bidders shall then be opened on the

notified date and time and reviewed to determine whether the commercial bids are

substantially responsive. Bids that are not substantially responsive are liable to be

disqualified at DSCL’s discretion

c. Commercial Bids that are not as per the format provided in Section 8 (Annexure 4)

shall be liable for rejection.

d. The bid price shall be exclusive of all taxes and levies and shall be in Indian Rupees.

Page 36 of 87

Section I- Instructions to Bidders

3.5 Pre-Qualification Criteria

S

No.

Type Pre-Qualification Criteria Required Documentary Evidence

1

Co

mpa

ny

Pro

file

The Sole Bidder or the Lead Bidder (in case of

consortium/JV) shall be in operations for a period of

at least ten (10) years in any one of the following

specific business areas: ICT/IT

Infrastructure/System, Integration Services/ IT,

ITES, e Governance services) as on the last date of

proposal submission.

1. Certificate of Incorporation under

Companies Act 1956 (for Indian companies)

2. Global companies to provide equivalent

proof of incorporation/ registration

3. A Written undertaking from each of the

consortium/JV members, in case of a

consortium/JV, duly signed by the authorized

signatory, holding a written power of attorney

for this bid on a stamp paper, authorizing the

lead bidder to incur liabilities and receive

instructions for and on behalf of any and all the

consortium/JV members, and the entire

execution of the contract, including but not

limited to the payments.

4. MoA among the consortium/JV partners

shall be submitted showing the area of

business.

2

Co

mpa

ny F

ina

nci

al

Pro

file

The Sole Bidder or the Lead Bidder (in case of

consortium/JV) shall have an average annual

turnover of INR 400 Crores in the last three (3)

Financial Years (17-18, 16-17 and 15-16).

1. Audited financial statements for last three

Financial Years.

2. Statutory auditor’s/CA certificate clearly

specifying the annual turnover for the specified

years.

3. PAN Card

4. GST Registration

3

Fin

an

cia

ls-N

et w

ort

h

The Sole Bidder or the Lead Bidder (in case of

consortium/JV) shall have minimum net worth of

INR 70 Crores as per the last audited Financial

Year (17-18). In addition to the above, the other

consortium/JV partners should have positive net

worth as per the audited consolidated financial

statements in each of the last 3 financial years (17-

18, 16-17 and 15-16).

Certificate from the Statutory Auditor/CA on net

worth for last 3 years

Page 37 of 87

Section I- Instructions to Bidders

4

ISO

Ce

rtific

ate

sThe Sole Bidder or all the consortium/JV members (in case of consortium/JV ) shall have all the below

valid certifications:

•ISO 9001:2008

•ISO 20000:2011 for IT Service Management

or equivalent certification

•ISO 27001:2013 for Information Security

Management System or equivalent certification

Copies of the valid certificates to be submitted.

5

Com

pa

ny S

tan

din

gs As on date of submission of the proposal, The Sole

Bidder or all the consortium/JV members (in case

of consortium/JV) shall not be blacklisted by any

State / Central Government Department or Central

/State PSUs.

Affidavit duly notarized to be submitted by the

sole bidder and all the consortium members

(in case of consortium/ JV).

6

ICT

Co

mp

one

nt

The Sole Bidder or the Lead Bidder (in case of

consortium/ JV ) shall have successfully executed in

the last 7 years with minimum value & nos. as

defined below excluding civil works (in India or

abroad) which must have included all the below

mentioned projects:

1 Project = INR 188 Cr. Or

2 Projects= INR 118 Cr. (Each) or

3 Projects = INR 94 Cr. (Each)

1) Data Centre / Servers- Storage Infrastructure

establishment

2) Surveillance projects

3) Command and control centre/ City

Control Room/ Communication Centre

1. Work order/ Contract clearly highlighting the

scope of work, Bill of Material and value of the

contract/order.

2. Completion Certificate issued & signed by

the competent authority of the client entity on

the entity’s Letterhead

3. In case of large orders/orders with

operations & maintenance phase, the

completion may specify successful execution

and in-operation status of a part of the order

meeting the requirement from the client or

through a Self- declaration which shall be

substantiated by feedback from the client. The

format of the self- certificate is provided in

Section 6.7 of RFP volume I.

DSCL reserves the right to contact the

competitive authority for the specified Work

Orders/Work Completion

7

CM

MI

Le

vel

The Sole/lead Bidder or any of consortium/JV

should have CMMI level 3 certification or higher

OR

In case of Validity of CMMI level 3 or higher is

expired, the same should be under process for

renewal.

Valid CMMI certification.

OR

Copy of Expired certificate along with copy of

applied duly signed by authorised signatory.

However selected MSI may have to submit the

valid certificate before the issuance of LOA if

asked by the client.

Page 38 of 87

Section I- Instructions to Bidders

3.6 Technical Evaluation Framework

The Bidder's technical solution proposed in the Technical Evaluation bid shall be evaluated as per

the evaluation criteria in the following table.

S No. Evaluation Criteria Total Marks

A Sole bidder/Lead Bidder Profile 15

B Project Experience 35

C Approach & Methodology 20

D Relevant Manpower Deployment 20

E OEM selection criteria 10

Details of marking mentioned in clause 3.6 Technical Evaluation Framework is given in clause 3.7

Technical Marking Matrix.

QCBS (80:20) Qualification criteria for technical evaluation and progression to commercial

evaluation stage- Minimum 80% (80 marks) of the overall technical score total.

DSCL (or a nominated committee/ party) reserves the right to check/validate the

authenticity of the information provided in the Pre-qualification and Technical Evaluation

criteria and the additional requisite support must be provided by the Bidder.

Page 39 of 87

Section I- Instructions to Bidders

3.7 Technical Marking Matrix

S.no Criteria/

Category

Evaluation Criteria Details Max

Marks

Required supporting documents

A. Sole Bidder/ Lead Bidder Profile (max 15 marks)

1

An

nu

al

Tu

rno

ver

The Sole Bidder or the Lead Bidder (in

case of consortium/JV) shall have an

average annual turnover of at least INR

400 Crores in the last three (3) Financial

Years (17-18, 16-17, 15-16). 10

1. Audited financial statements for last

three Financial Years.

2. Statutory auditor’s/CA certificate

clearly specifying the annual turnover for

the specified years.

3. PAN Card

4. GST Registration

=INR 400 Cr. = 7 marks

>INR 400 Cr. to INR 600 Cr. = 8 marks

>INR 600 Cr. to INR 800 Cr. = 9 marks

>INR 800 = 10 marks

2

Ce

rtific

atio

n

The Sole Bidder or the All Members

combined (in case of consortium/JV) shall

have below Certifications at the time of

Bidding:

1 ISO 9001:2008

2 ISO 20000:2011 for IT Service Mgt

3 ISO 27001:2013 for Information

4. CMMI Level 5 Security Management

System

Any 1 = 3.5 Marks

Any 2 = 4.0 Marks

Any 3 = 4.5 Marks

Any 4 = 5.0 Marks

5 Valid CMMI certification.

OR

Copy of Expired certificate along with

copy of applied duly signed by authorised

signatory. However selected MSI shall be

binding to submit the valid certificate

before the issuance of LOA

B. Project Experience of Bidder ( Max- 35 marks)

1

ICT

com

pone

nts

The Sole Bidder or (any member in case

of consortium/JV) shall have successfully

executed projects at least 1 project

including any 2 categories from any of the

categories below in last seven years

(excluding civil works). The cumulative

value of projects should not be less than

INR 100 Cr.

1) Tier III Data Centre establishment

2) Network/LAN/WAN with more than

2000 nodes

3) Command and control Centre

4). Security Operation Centre

1 project= 07 marks

2 Projects = 08 Marks

3 Projects = 09 Marks

≥4 Projects = 10 Marks

10

1. Work order/ Contract clearly

highlighting the scope of work, Bill of

Material and value of the contract/order.

2. Completion Certificate issued & signed

by the competent authority of the client

entity on the entity’s Letterhead

3. In case of large orders/orders with

operations & maintenance phase, the

completion may specify successful

execution and in-operation status of a part

of the order meeting the requirement from

the client or through a Self- declaration

which shall be substantiated by feedback

from the client. The format of the self-

certificate is provided in Section 6.7 of

RFP volume I.

DSCL reserves the right to contact the

competitive authority for the specified

Work Orders/Work Completion

Page 40 of 87

Section I- Instructions to Bidders

2

Exp

eri

en

ce in

deve

lop

me

nt

/ im

ple

me

nta

tio

n o

f S

ma

rt E

lem

en

ts

The Sole Bidder or (any member in case

of consortium/JV) shall have successfully

executed at least 1 project including any 4

categories from any of the categories

below in last seven years. The cumulative

value of project should not be less than 50

Cr.

1. Variable message Sign

2. Surveillance

3. ITMS with ANPR/RLVD

4. Parking Management System

5. Incident Management

6. AVLS

7. Emergency Call response integration.

8. Public Wifi

9. Mobile App/Desktop Portal for Citizen

Services

10. Kiosk based government/citizen services

Number of projects implemented. Marks will

be allotted as follows:

1 project= 07 marks

2 Projects = 08 Marks

3 Projects = 09 Marks

≥4 Projects = 10 Marks

10 Same as above

3

ER

P S

yste

m

The Sole Bidder or (any member in case

of consortium/JV) shall have successfully

executed projects related to

implementation/integration and support of

ERP system in the below categories in

last seven years. The cumulative value of

project should not be less than INR 5

Crores which must have at least 1 project

including any 2 categories from any of the

categories below.

1. Finance

2. HR

3. Payroll

4. Maintenance & Asset Management.

1 project= 07 marks

2 Projects = 08 Marks

3 Projects = 09 Marks

≥4 Projects = 10 Marks

10 Same as above

Page 41 of 87

Section I- Instructions to Bidders

4

E-

Go

ve

rna

nce

The Bidder (any member in case of

consortium/JV ) shall have successfully

executed projects at least one (1) project

related to implementation/integration and

support of citizen centric e- Governance

applications integrating at least two (2)

different Citizen services (excluding

CCTV system) having a minimum value

of INR 5 crores

1 Projects = 3.5 Marks

2 Projects = 4 Marks

3 Projects = 4.5 Marks

≥4 Projects = 5 Marks

05 Same as above

C. Approach & Methodology & Solutions proposed (Max. 20 marks)

1

Und

ers

tand

ing

Deplo

ym

ent/S

LA

/ A

&M

/S

cala

bili

ty/ P

rese

nta

tion

Detailed Approach and Methodology

including: (one mark each)

1. Understanding of the project

2. Proposed solution and network

architecture

3. Strategy to ensure implementation of

project within stipulated timelines

4. Approach for integration of various ICT

systems with ICCC.

5. Approach towards the scalability,

Interoperability and modularity features of

the project considering future expansion

and new applications or systems that may

be envisaged or developed in future.

6. Identification of major risks and their

mitigation plan

7. Approach and Measures for Information

security of the complete solution from

various threats including hacking

attempts, internal threats, etc.

8. Detailed approach and methodology for

project execution and Implementation

Plan and resource deployment plan

9. Bidder can suggest innovative ideas,

operations excellence and cost

optimization best practices in Approach

and Methodology.

10. Technical Presentation in front of the

Evaluation Committee.

10

Assessment to be based on a dedicated

and detailed sectional note covering all

requirements (in the Technical Proposal

submitted by the bidder)

2

PO

C(P

roo

f o

f

co

nce

pt)

Bidders will be required to do the POC of

a minimum of 5 use cases (from Vol II

section 4.10.2). Bidder will be given one

week to establish setup for infrastructure

for POC from date of intimation from

DSCL

10 2 marks for each use cases

D. Resource/Manpower Deployment ( max 20 marks)

Page 42 of 87

Section I- Instructions to Bidders

1Resourc

eA. Project Manager: 5 marks

20

The detailed CVs of the proposed

Manpower Resources duly self-attested

and by the competent authority of the

bidder. The written consent from the

proposed deployed manpower should be

submitted in the technical bid.

2

De

plo

ym

en

t

a. Educational Qualification: BE / B. Tech /

MCA with MBA/M. Tech /PGDM/ or

equivalent = 1 mark

b. Certification: • PMP/ Prince

Certification- 1 mark

c. Work experience in the capacity of

Project/Program Manager in ICT

implementation Projects (with more than

10 years of relevant experience): 1 mark

d. Project/Program management

Experience in ICT implementation Project

of value > 100 crores: 1 mark

e. Project/Program management

Experience Smart City ICT

implementation Project: 1 mark

B. DC/ DR- Cloud expert: 3 marks

a. Educational Qualification with more

than 9 years of experience: BE / B. Tech /

MCA - 1 mark b. Certification:

• Any professional certification that relates

to cloud computing/ DC/ DR, preferably

CCNA (DC), CCNP (DC), DCDC(BICSI),

CBCI, CBCP, etc.- 1 mark

d. Cloud implementation Experience in

ICT implementation Project of value > 20

crores - 1 mark

C. Command Centre Design Expert: 3

marks

a. Educational Qualification: Bachelor’s

Degree in Engineering/ Enterprise

Architect-1mark

b. Certification : Any professional

certification that relates to Enterprise

Architectural solutions- 1 mark

c. Work experience in designing of

Command Center/ Network Operating

Centre /e- governance Projects (with more

than 9 years of relevant experience)- 1

mark

D. Solution Architect: 5 marks

a. Educational Qualification:

• Bachelor’s Degree in Engineering/MCA-

1mark

b. Certification: ITIL/LEAN- 2marks

Page 43 of 87

Section I- Instructions to Bidders

c. Work experience as IT/ICT solution

architect (with more than 6 years of

relevant experience) of project more than

20 cr- 2 marks

E. Software Management Expert: 2

marksa. Educational Qualification: Bachelor’s

Degree in Engineering/MCA -1 marks.

Certification:

• Relevant certification in Software

Development/ Management. Preferably-

CAPM, CSM, etc. -1 mark

F. IT/ ICT Infrastructure Expert: 1 mark

a. Educational Qualification: Bachelor’s

Degree in Engineering/MCA- 0.5 marks

b. Certification: Relevant certification in IT/

ICT Infrastructure framework, preferably

ITIL, CGEIT, etc. - 0.5marks

G. IT/ Cyber Security Expert: 1 mark

a. Educational Qualification: Bachelor’s

Degree in Engineering/MCA : 0.5 marks

b. Certification: Relevant certification in IT/

Cyber Security domain, preferably CISM,

CISSP, etc. 0.5 marks

E. OEM Selection Criteria in the bid ( max 10 marks) 10

1

Co

mm

an

d

Co

ntr

ol

Pla

tform

OEM with total deployments

5 Self-Certification from OEM

≥5 deployment = 5 marks

3 deployment = 4.5 Marks

2 deployments = 4 Marks

1 deployments = 3.5 Marks

0 deployments = Not Eligible

2

Act

ive C

om

po

ne

nts

Inst

alle

d b

ase

(Ne

twork

, S

erv

er,

Sto

rag

e, S

ecu

rity

,

Co

llab

ora

tion

)

OEM with deployment in

SDC/SWAN/Mission Mode Project of

Centre or State Govt.

5 Self-Certification from OEM ≥5 deployment = 5 marks

4 deployment = 4.5 Marks

3 deployments = 4 Marks

2 deployments = 3.5 Marks

0 deployments = Not Eligible

Page 44 of 87

Section I- Instructions to Bidders

3.8 Payment Schedule (Refer RFP Vol-II for details of phases)

The total payment shall be paid in two parts (i) Capex (70% of total contract value) (ii) Opex (30% of

total contract value). The further breakup of Capex and Opex shall be as under:

# Milestones Timelines Payment

Capex (70%)

1. Requirement study T + 2 Months 10% of capex value

2. Phase I : Go Live T + 3 Months 15% of capex value

3. Phase II : Go Live T + 7 Months 30% of capex value

4. Phase III : Go Live T + 9 Months 25% of capex value

5.

Phase IV : Integration & Project Final Go-

Live

T1 = T + 10

months 20% of capex value

Opex (30%)

6. Project Operations & Maintenance phase

for a period of 60 months from the date of

Final Go Live

T1 + 60 Months OPEX will be paid in twenty (20)

equal quarterly instalments

spread across 5 years Post Final

Go-Live

Note: - All the payments against different mile stones shall be done only after the approval of

respective mile stones from the authorities. “T” shall be the date of final Service Level

Agreement Signing.

4. Key Personnel Criteria

a. SI shall provide adequate number of personnel, each responsible for a specific role

within the project. SI shall provide clear definition of the role and responsibility of each

individual personnel.

b. SI shall have a defined hierarchy and reporting structure for various teams that shall be

part of the project. SI has to provide the list of proposed Manpower for the Project. Any

changes in Manpower deployment post submission of the proposal will have to be

approved by the DSCL.

c. The indicative minimum qualification required for Key Positions identified for this project

can be referred at point no. 8 of Technical Evaluation Criteria table.. However, beside

these mandatory deployments, SI shall independently estimate the teams size required

to meet the requirements of Service Levels as specified as part of this RFP.

All other proposed positions shall be Onsite throughout the entire project Implementation phase.

Manpower plan for Implementation Phase to be provided as per format provided in 7.5.3 (I)

Apart from the above –mentioned resources, the Bidder shall also propose manpower to be

deployed during the Operation & Maintenance phase of the Project.

Page 45 of 87

Section I- Instructions to Bidders

4. Award of Contract

4.1 Notification of Award

DSCL will notify the successful Bidder in writing by e-mail to be confirmed by the Bidder in writing

by email followed by courier.

4.2 Signing of Contract

After the completion of the financial evaluation, DSCL will issue Purchase Order (PO)/ Letter of

Acceptance (LOA). Accordingly, a contract shall be signed between successful bidder and DSCL

or the agency designated by DSCL. As an acceptance of the PO/LOA, the Bidder shall sign and

return back a duplicate copy of the Purchase Order/LOA to DSCL or the agency designated by the

DSCL.

4.3 Performance Bank Guarantee (PBG)

Within twenty one (21) days from the date of issuance of LOA, the successful Bidder/MSI shall at

his own expense submit an unconditional and irrevocable Performance Bank Guarantee (PBG) of

10% value of contract to the DSCL. The PBG shall be from a Nationalized Bank or a Scheduled

Commercial Bank in the format prescribed in Section 9 – Annexure 5 (a), payable on demand, for

the due performance and fulfilment of the contract by the bidder.

This Performance Bank Guarantee shall be for an amount equivalent to 10% of total contract

value. PBG shall be invoked by DSCL, in the event the Bidder:

a. fails to meet the overall penalty condition as mentioned in RFP Volume II or any changes

mutually agreed between the parties,

b. fails to perform the responsibilities and obligations as set out in the RFP to the complete

satisfaction of DSCL as per conditions and scope mentioned in the RFP

c. Misrepresents facts/information submitted to DSCL

The performance bank guarantee shall be valid till 60 days beyond the complete contractual

obligation including O&M period. The performance bank guarantee may be discharged/returned

by DSCL upon being satisfied that there has been due performance of the obligations of

the bidder under the contract. However, no interest shall be payable on the performance bank

guarantee.

In the event of the Bidder being unable to service the contract for whatever reason(s), DSCL shall

have the right to invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever

of DSCL under the contract in the matter, the proceeds of the PBG shall be payable to DSCL as

compensation for any loss resulting from the bidder’s failure to perform/comply its obligations

under the contract.

Page 46 of 87

Section I- Instructions to Bidders

DSCL shall notify the bidder in writing of the exercise of its right to receive such compensation

within 40 days, indicating the contractual obligation(s) for which the bidder is in default. After 40

days of notice, if the bidder fails to rectify the default, DSCL shall be entitled to make recoveries

from the bidder’s bills, performance bank guarantee, or from any other amount due to him under

this contract, an equivalent value of any payment made to him due to inadvertence, error,

collusion, misconstruction or misstatement.

In case the project is delayed beyond the project schedule as mentioned in RFP Vol 2, the

performance bank guarantee shall be accordingly extended by the Bidder till completion of scope

of work as mentioned in RFP Volume II.

The performance bank guarantee shall be valid till 60 days beyond the complete contractual

obligation including OEM period.

On satisfactory performance and completion of the order in all respects and duly certified to this

effect by the Project Coordinator, Contract Completion Certificate shall be issued and the PBG

would be returned to the Bidder.

4.4 Warranty & Maintenance

Bidder shall also provide complete maintenance support for all the proposed integrated solution

as outlined in this RFP for a period of Sixty months from the date of go-live i.e. “Go-Live” + 60

months. “Go-live” is the date on which the proposed solution is completely operational as

per the requirements provided in this RFP and all the acceptance tests are successfully

concluded to the satisfaction of DSCL.

During the warranty period, the bidder shall covenant that the goods supplied under the contract

are new, unused, of the most recent version/models and incorporate all recent improvements in

design and materials unless provided otherwise in the contract. The bidder further covenant

that the goods supplied under this contract shall have no defects arising from design, materials or

workmanship.

DSCL or designated representatives of the bidder shall promptly notify successful bidder in writing

of any claims arising under this warranty. Upon receipt of such notice, the bidder shall, within the

warranty period and with all reasonable speed, repair or replace the defective systems, without

costs to DSCL and within time specified and acceptable to DSCL.

If the successful bidder, having been notified, fails to remedy the defect(s) within the period

specified in the contract, DSCL may proceed to take such reasonable remedial action as may be

necessary, at the successful bidder’s risk and expense and without prejudice to any other rights

maximum to the value of the defected item, which DSCL may have against the bidder under the

contract.

During the comprehensive warranty period, the successful bidder shall provide all product(s) and

documentation updates, patches/fixes, and free available version upgrades within 15 days of

their availability and should carry out installation and make operational the same at no additional

cost to DSCL.

Page 47 of 87

Section I- Instructions to Bidders

The successful bidder hereby warrants DSCL that:

a. The implemented integrated solution represents a complete, integrated solution

meeting all the requirements as outlined in the RFP and further amendments if any

and provides the functionality and performance, as per the terms and conditions

specified in the contract.

b. The proposed integrated solution shall achieve parameters delineated in the

technical specification/requirement.

c. The successful bidder shall be responsible for warranty services from licensers of

products included in the systems.

d. The successful bidder undertakes to ensure the maintenance of the acceptance

criterion/standards in respect of the systems during the warranty period.

4.5 Failure to agree with the Terms & Conditions of the RFP

Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute

enough grounds for the annulment of the award, in which event DSCL may award the contract to

the next best value bidder or call for new bids.

In such a case, DSCL shall invoke the PBG and/or forfeit the EMD.

4.6 Arbitration post signing of contract

In case, a dispute is referred to arbitration, the arbitration shall be under the Indian

Arbitration and Conciliation Act, 1996 and any statutory modification or re-enactment thereof.

Except as otherwise provided elsewhere in the contract if any dispute, difference, question or

disagreement arises between the parties hereto or their respective representatives or assignees,

at any time in connection with construction, meaning, operation, effect, interpretation or out of the

contract or breach thereof the same shall be referred to a Tribunal of three (3) Arbitrators,

constituted as per the terms of and under the (Indian) Arbitration and Conciliation Act, 1996. Each

party to the contract shall appoint/ nominate one Arbitrator each, the two Arbitrators so

appointed/ nominated by the Parties herein shall together choose the third Arbitrator, who shall

be the Presiding Arbitrator of the Tribunal. The consortium/JV of the three Arbitrators shall form

the Arbitral Tribunal.

All arbitration would be referred to the Chief Justice of Dehradun High Court, and their decision

would be final and binding to all parties.

In case DSCL chooses to award the contract to an eligible bidder/MSI through this RFP process,

and its subjected to a third party litigation, DSCL would be free to proceed the contract award and

Page 48 of 87

Section I- Instructions to Bidders

works process. If the litigation is in favor of the third party resulting in termination of awarded

contract and retendering process, DSCL would pay out the existing MSI to the tune of work

completed upon submission of sufficient proof of material supplied and manpower invested.

5. Annexure 1 – Template for Pre-Bid Queries

Bidder shall submit all pre-bid queries in MS excel format in the following format to be emailed at

clearly specifying in the subject column- ‘Queries for Selection of MSI- ICT_Bidder’s Company

Name’.

Note: - Queries of OEM will be considered through only MSI and maximum two person will be

allowed in Pre-bid Meeting with Id Proof.

SL # RFP Volume

Section and

sub- section

Page

no.

Clause/ Content

in the RFP

Clarification sought/ Change Request

(highlight the portion with red colour

which is intended to be changed.)

Page 49 of 87

Section I- Instructions to Bidders

6. Annexure 2 – Formats for Submission of the Pre-Qualification Bid

6.1 Pre-qualification bid checklist

SI

no

Checklist

Items

Compliance

(Yes or No)

Page No.

and Section

No. in bid

1. RFP Document fees

2. Earnest Money Deposit

3. Pre-Qualification Covering letter

4. Consortium/JV Agreement, if applicable as per

5.

Copy of Certification of Incorporation/Registration

PAN card

GST registration

6.

Audited financial statements for the last three financial

years

AND

Certificate from the Statutory Auditor/ CA

7. Declaration of non-blacklisting

8. Power of attorney for Lead Bidder of Consortium/JV

9. Project Citations and Self- certifications, as Applicable

10. No Deviation Certificate

11. Total Responsibility Certificate

12. Valid ISO certification

13. Non-conditional bid letter

Page 50 of 87

Section I- Instructions to Bidders

6.2 Pre-Qualification Bid Covering Letter

Date: dd / mm / yyyy

To,

CEO,

Dehradun Smart city Ltd

777, Satvik Tower, Rajender Nagar, Kaulagarh Road,

Dehradun, 248001, Phone: 0135-2750984

Email ID: [email protected]

Subject: Request for Proposal for Selection of Master System Integrator for establishment of

Doon Integrated Command & Control Center (DICCC) and Other Integrated Smart Solutions at

Dehradun

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

With reference to your “Request for Proposal for Selection of Master System Integrator for

establishment of Doon Integrated Command & Control Center (DICCC) and Other Integrated

Smart Solutions at Dehradun”, we hereby submit our Prequalification bid, Technical Bid and

Commercial Bid for the same.

We hereby declare that:

a. We hereby acknowledge and unconditionally accept that the DSCL can at its absolute

discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set

out in the RFP and related documents, in short listing of Agency for providing services.

b. We have submitted EMD of INR [ ] and RFP fee of INR [ ] in the <<Account details>>.

c. We hereby declare that all information and details furnished by us in the Bid are true and

correct to the best of our knowledge, and all documents accompanying such application are

true copies of their respective originals.

d. We agree to abide by our offer for a period of 180 days from the date of Submission of bid

prescribed by DSCL and that we shall remain bound by a communication of acceptance

within that time.

e. We have carefully read and understood the terms and conditions of the RFP and the

conditions of the contract applicable to the RFP. We do hereby undertake to provision as per

these terms and conditions.

Page 51 of 87

Section I- Instructions to Bidders

f. In the event of acceptance of our bid, we do hereby undertake:

i. To supply the products and commence services as stipulated in the RFP document ii. To

undertake the project services for entire contract period from the date of signing of the contract

as mentioned in the RFP document.

ii. We affirm that the prices quoted are inclusive of design, development, delivery, installation,

commissioning, training, providing facility management and handholding support and discounts

etc.

g. We do hereby undertake, that, until a formal contract is prepared and executed, this bid,

together with your written acceptance thereof and notification of award of contract, shall

constitute a binding contract between us.

h. We understand that the DSCL may cancel the bidding process at any time and that DSCL is

not bound to accept any bid that it may receive without incurring any liability towards the

bidder.

i. We fully understand and agree to comply that on verification, if any of the information

provided in our bid is found to be misleading the selection process, we are liable to be

dismissed from the selection process or termination of the contract during the project, if

selected to do so.

In case of any clarifications please contact _________________________, Email

_______________________, contact no.

Thanking you,

Yours sincerely,

(Signature of the Lead bidder)

(Printed Name)

Designation

Seal

Date:

Place:

Business Address:

Page 52 of 87

Section I- Instructions to Bidders

6.3 Company profile

A. Brief company profile (required for both bidder and consortium/JV member)

S Particulars Description1. Name of Bidder

2. Legal status of Bidder (company, Pvt. Ltd., LLP etc.)

3. Main business of the Bidder

4. Registered office address

5. Incorporation date and number

6. GST No

7. VAT number

8. PAN details

9. Primary Contact Person (Name, Designation,

address, mobile number, fax, email)

10. Secondary Contact Person (Name, Designation,

address,

11. EMD details

Role in Consortium/JV (if applicable) Brief scope of work in the

B. Valid Certificate of Incorporation (required for both bidder and consortium/JV

member)

C. Financial Turnover of last 3 years. The financial turnover of the company has to

be provided as per the following table:

Annual Turnover details (certified)

S No. FY- 2015- 2016 FY- 2016- 2017 FY- 2017- 2018

a. Copy of audited financial statements or declaration from the appointed statutory auditor to be

provided as proof of the financial turnover.

b. Positive net worth of the last five financial years as on 31.03.2018. Copy of self- certified

statutory auditor certificate to be submitted along with the bid.

Page 53 of 87

Section I- Instructions to Bidders

6.4 Declaration of Non-Blacklisting (To be provided on the Company letter head)

Declaration for Lead Bidder:

To,

Date

Place

CEO

Dehradun Smart city Ltd

777, Satvik Tower, Rajender Nagar, Kaulagarh Road,

Dehradun, 248001, Phone: 0135-2750984

Email ID: [email protected]

Subject: Self Declaration of not been blacklisted in response to the Request for Proposal for

Selection of Master System Integrator for establishment of Doon Integrated Command & Control

Center (DICCC) and Other Integrated Smart Solutions at Dehradun

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

We confirm that our company or firm, ,is currently not blacklisted in any

manner whatsoever by any of the State or UT and or Central Government in India on any ground

including but not limited to indulgence in corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice.

(Signature of the Lead Bidder)

(Printed Name)

Designation

Seal

Date:

Place:

Business Address:

Page 54 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

6.5 Declaration for Consortium/JV Member:

(To be provided on the Company letter head)

{Place}

{Date}

To

CEO

Dehradun Smart city Ltd

777, Satvik Tower, Rajender Nagar, Kaulagarh Road,

Dehradun, 248001, Phone: 0135-2750984

Email ID: [email protected]

Subject: Request for Proposal for Selection of Master System Integrator for establishment of Doon

Integrated Command & Control Center (DICCC) and Other Integrated Smart Solutions at Dehradun

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

We confirm that our company or firm, ,is currently not blacklisted in any

manner whatsoever by any of the State or UT and or Central Government in India on any ground

including but not limited to indulgence in corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice.

(Signature of the Consortium/JV Member)

Printed Name

Designation

Seal Date:

Place: Business Address:

Page 55 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

6.6 No Deviation Certificate

This is to certify that our offer is exactly in line with your RFP enquiry/RFP (including amendments) no.

dated . This is to expressly certify that our offer contains no deviation either Technical (including but

not limited to Scope of Work, Business Requirements Specification, Functional Requirements

Specification, Hardware Specification and Technical Requirements Specification) or Commercial in either

direct or indirect form.

(Authorised Signatory)

Signature:

Name:

Designation:

Address:

Seal

Date

Page 56 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

6.7 Total Responsibility Certificate

This is to certify that we undertake the total responsibility for the defect free operation of the proposed

solutions as per the requirement of the RFP for the duration mentioned in all the volumes of the RFP.

(Authorised Signatory)

Signature:

Name:

Designation:

Address:

Seal:

Date:

Page 57 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

6.8 Self-certificate for Project execution experience (In Bidding Entity’s Letter

Head)

This is to certify that < Name of Bidding Entity> has been awarded with < Name of the Project >

as detailed under:

Name of the Project

Client's Name, Contact no. and Complete Address

Contract Value for the bidder (in INR) Current status of the project (Completed/Ongoing)

Activities completed by bidding entity as on bid submission date

(N.B Only relevant activities as sought in the Criteria to be

included) Value of Work completed for which payment has been received

from the client.

Date of Start

Date of Completion

(Authorised Signatory)

Signature:

Name:

Designation:

Bidding entity’s name Address:

Seal and Date:

Page 58 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

7. Annexure 3 – Formats for Submission of the Technical Bid

7.1 Technical Bid Check-List

S.

no Checklist Item

Compliance

e (Yes/No)

Page No. and Section

No. in the Bid

1 Technical Bid Letter

2 Credential summary

3 Project Citations and Self- certifications, as

applicable

4 Detailed proposed solution

5 Project plan and manpower plan 6 Proposed CVs

7 Compliance to Requirement

(Technical / Functional Specifications)

8 Proposed Bill of Material

9 Manufacturers'/Producers’ Authorization Form

Anti-Collusion certificate

10 Non-disclosure agreement

Page 59 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

7.2 Technical Bid Covering Letter

Date: dd/mm/yyyy

To,

Dehradun Smart city Ltd

777, Satvik Tower, Rajender Nagar, Kaulagarh Road,

Dehradun, 248001, Phone: 0135-2750984

Email ID: [email protected]

Subject: Request for Proposal for Selection of Master System Integrator for establishment of Doon

Integrated Command & Control Center (DICCC) and Other Integrated Smart Solutions at

Dehradun

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

I (in case of single bidder) or We, <<name of the undersigned Bidder and consortium/JV

members>>, having read and examined in detail all the bidding documents in respect of “Request

for Proposal for Selection of Master System Integrator for establishment of Doon Integrated

Command & Control Center (DICCC) and Other Integrated Smart Solutions at Dehradun” do

hereby propose to provide our services as specified in the bid submitted by us.

It is hereby confirmed that I / We are entitled to act on behalf of our company / corporation / firm/

organization and empowered to sign this document as well as such other documents, which may

be required in this connection.

We declare that all the services shall be performed strictly in accordance with the RFP

documents.

We confirm that the information contained in this response or any part thereof, including its

exhibits, and other documents and instruments delivered or to be delivered to DSCL,

Government of UK is true, accurate, verifiable and complete. This response includes all

information necessary to ensure that the statements therein do not in whole or in part mislead the

department in its evaluation process. We also confirm that we shall not attract conflict of interest in

principle.

We hereby declare that in case the contract is awarded to us, we shall submit the contract

Performance bank guarantee in the form prescribed at Annexure 5 (a) of Section 9 of the RFP

Volume I.

Page 60 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

We hereby declare that our bid is made in good faith, without collusion or fraud and the

information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us and that you are not bound to accept a Bid you

receive. This bid is valid for 180 days after opening of technical bid. We shall extend the validity of

the bid if required by DSCL.

Thanking you,

Yours Sincerely,

(Signature of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Page 61 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

7.3 Credential Summary

Sl

No

Project

Name

Client

Name

Client

Type

Project

Value

(in

INR)

Project

Compo

nents

Documentar

y evidence

provided

(Yes or No)

Project Status

(Completed or

Ongoing or

Withheld)

1

2

3

4

5

6

Client type – Indicate whether the client is Government or PSU or Private

Project Components – Indicate the major project components like setting up of NOC, Wide

Area Network, city/ public Wi-Fi, application development for security

surveillance, command and control center, Maintenance, Hardware procurement and

deployment, DC setup and maintenance, Facility management services, provisioning

manpower, IT support and maintenance

Documentary evidence provided – Indicate the documentary evidence provided with the

detailed project credential like work order or purchase order or completion certificate or

letter of appointment

Project Status – Completed (date of project completion) or Ongoing (project start date)

Page 62 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

7.4 Bidder’s Experience - Client Citations

Prime Bidder or Consortium/JV member is requested to furnish the credentials in the following

format for both Pre-qualification and Technical criterion. All credentials should be followed by

relevant documentary proof.

Name of the Project & Location

Client's Name and Complete Address

Narrative description of project

Contract value for the bidder

(in INR)

Date of Start

Date of Completion

Activities undertaken by prime bidder or consortium/JV

member

N.B - If the project is ongoing, bidder must clearly specify which of the stages/phases/milestones

are completed and which are ongoing and at what stage of completion and produce a self-

certificate as per the format provided in Section 6.7.

Page 63 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

7.5 Overview of Proposed Solution

7.5.1 Structure of Proposed Solution

Bidders are required to provide a detailed approach & methodology to execute the entire project.

Bidders are advised to comply with the below provided headers/Approach components while

detailing out their solution.

Sr No. Item

1

Understanding of requirement and Implementation approach

Understanding of requirements

Work Plan & its adequacy

2

Robustness and quality

End to end integrated solution proposed

Hardware deployment and integration approach encompassing all solutions

Timelines and modalities for implementation in a time bound manner

Project implementation approach or strategy and operations and maintenance plan

including comprehensiveness of fall-back strategy and planning during rollout

Any other area relevant to the scope of work and other requirements of the project

3

Assessment of Manpower deployment, Training and Handholding plan

Deployment strategy of Manpower

Contingency management

Mobilization of existing resources and additional resources as required

Training and handholding strategy

7.5.2 Project Plan

Within 15 calendar days of Effective Date of the contract/ Issuance of LoI, MSI shall submit to the

designated authority for its approval a detailed Project Plan with details of the project showing the

sequence, procedure and method in which it proposes to carry out the works. The Plan so

submitted by MSI shall conform to the requirements and timelines specified in the Contract. The

designated authority and MSI shall discuss and agree upon the work procedures to be followed for

effective execution of the works, which MSI intends to deploy and shall be clearly specified. The

Project Plan shall include but not limited to project organization, communication structure,

proposed staffing, roles and responsibilities, processes and tool sets to be used for quality

assurance, security and confidentiality practices in accordance with industry best practices,

project plan and delivery schedule in accordance with the Contract. Approval by the designated

authority’s Representative of the Project Plan shall not relieve MSI of any of his duties or

responsibilities under the Contract.

If MSI’s work plans necessitate a disruption/ shutdown in designated authority’s operation, the plan

shall be mutually discussed and developed so as to keep such disruption/shutdown to the barest

Page 64 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

unavoidable minimum. Any time and cost arising due to failure of MSI to develop/adhere such a

work plan shall be to his account.

A Detailed Project Plan covering break-up of each phase into the key activities, along with the start

and end dates must be provided as per format given below.

Activity- wise Timelines

Sl. No. Item of Activity Month wise Program

1 2 3 4 5 6 7 8 9 10

1 Project Plan

1.1 Activity 1

1.2 Sub-Activity 1

Note: The above activity chart is just for the purpose of illustration. Bidders are requested to

provide detailed activity & phase wise timelines for executing the project with details of deliverables

& milestones as per their bid.

7.5.3 Manpower Plan

I. Till Go-Live (Implementation)

Manpower distribution

S.

No. Name Role Month wise time to be spent by each personnel (in days)

Total

Month

1

Month

2

Month

3 … …

Month

12

1 Project Manager

2 DC/ DR- Cloud

Expert 3 Command

Center

Design Expert 4 GIS Expert

5 Solution

Architect

6 ITMS Expert

7 Software

Management

Expert

Page 65 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

8 IT/ ICT

Infrastructure

Expert

9 Database

Architect

10 IT/ Cyber

Security

Expert

II. After Go-Live (Operation and Maintenance)

Sr. No. Manpower/Role Years

Year 1 Year 2 Year 3 Year 4 Year 5

7.6 Curriculum Vitae (CV) of Team Members

Name:

1. Proposed position or

role (only one candidate shall be nominated for each position)

2. Date of Birth Nationality

3. Education

QualificationName of School

or College or

University

Degree

Obtained

Year of

Passing

4.

Years of

Experience

Page 66 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

5.

Areas of Expertise

and no. of years of

experience in this

area

(as required for the Profile)

6.

Certifications

And Training

attendance

7.

Employment

Record

Employer Position From To

[Starting with present position and last 2 firms, list in reverse order, giving for

each employment:

Dates of employment, name of employing organization, positions held.]

8. Detailed Tasks

Assigned (List all tasks to be performed under this project)

7.7 Relevant Work Undertaken that best illustrates the experience as required for

the Role

Project 1

Name of assignment

Year

Location

Employer

Main project features

Position held

Activities performed

Page 67 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

Project 2

Name of assignment

Year

LocationEmployer

Main project features

Position held

Activities performed

7.8 Compliance to Requirement (Technical Functional Specifications)

The bidder should provide compliance to the requirement specifications (both technical and

functional) specified in Volume II of this RFP. The same should be reproduced here, and

compliance against each requirement line item should be marked. .

7.9 Proposed Bill of Material

The Bidder should provide the proposed Bill of Material (BoM) here. Bidders are required to

mention the details of the make/brand and model against each line item, wherever applicable. The

bid can be considered non-responsive in the absence of such details. Once the bidder provides

this information in the submitted bid, the bidder cannot change it with any other component /

equipment etc. of lower specifications / performance; it can only be upgraded at the time of actual

deployment/installation.

The list of items mentioned in Vol II is indicative. The Bidder shall consider the components and

quantity to fulfil the RFP and project requirements in totality.

Page 68 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

7.10 Manufacturers'/Producers’ Authorization Form

(This form has to be provided by the OEMs of the hardware and software solutions proposed. This letter of

DSCL should be on the letterhead of the manufacturer and should be signed by a person competent and

having the power of attorney to bind the manufacturer.)

Date:

To

CEO

Dehradun Smart city Ltd

777, Satvik Tower, Rajender Nagar, Kaulagarh Road,

Dehradun, 24800, Phone: 0135-2750984

Email ID: [email protected]

Subject: Manufactures Authorisation Form

Ref: RFP No. <<…..>> dated <<

Dear Sir,

We (Name of the OEM) who are established and reputable manufacturers of (List of Goods)

having factories or product development centres at the locations or as per list attached, do

hereby authorize. (Name and address of the Bidder) to bid, negotiate and conclude the contract with you

against RFP No. Dated for the above goods manufactured or developed by us.

We hereby extend, our warranty for the hardware goods supplied by the bidder and or maintenance

or support services for software products against this invitation for bid by (Name of the

Bidder) as per requirements and for the duration of contract as specified in this RFP.

We also confirm that our offered product will not be end of life for minimum of 6 months from the date of

bid submission and the support for such offered product/s will be available for minimum of 5 years from

the date of award of contract.

Thanking you,

Yours faithfully,

(Signature)

For and on behalf of:

(Name of the OEM)

Authorised Signatory

Name:

Designation:

Place:

Date:

Page 69 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

7.11 Anti-Collusion Certificate

[Certificate should be provided by Lead Bidder and on letter head]

Anti-Collusion Certificate

We hereby certify and confirm that in the preparation and submission of our Bid for Request for Proposal

for Selection of System Integrator for Implementation of Dehradun Smart City Solutions in Dehradun,

Dehradun against the RFP issued by DSCL, We have not acted in concert or in collusion with any other

Bidder or other person(s) and also not done any act, deed or thing, which is or could be regarded as anti-

competitive. We further confirm that we have not offered nor will offer any illegal gratification in cash or

kind to any person or organization in connection with the instant bid.

(Signature of the Lead Bidder)

Printed Name Designation Seal

Date

:

Place:

Business Address:

Page 70 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

8. Annexure 4 – Formats for Submission of the Commercial Bid

The price bid BOQ is documented separately and can be downloaded from e-procurement portal

https://uktenders.gov.in along with the RFP documents. The price bid BOQ in excel format which is available

on https://uktenders.gov.in website should be completely filled and should be uploaded as a part of the

bid/proposal without which the bid/proposal shall be treated as “NON-RESPONSIVE

Page 71 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

9 Annexure 5 (a) – Performance Bank Guarantee

Ref: Date

Bank Guarantee No.

<Name>

<Designation>

<Address> <Phone

Nos.> <Fax Nos.>

<Email id>

Whereas, <<name of the supplier and address>> (hereinafter called “the System Integrator”)

has undertaken, in pursuance of contract no. <Insert Contract No.> dated. <Date> to provide

Implementation services for <<name of the assignment>> to DSCL (hereinafter called “the

DSCL”)

And whereas it has been stipulated by in the said contract that the bidder shall furnish you

with a bank guarantee by a recognized bank for the sum specified therein as security for

compliance with its obligations in accordance with the contract;

And whereas we, <Name of Bank> a banking company incorporated and having its

head/registered office at

<Address of Registered Office> and having one of its office at <Address of Local Office>

have agreed to give the supplier such a bank guarantee.

Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of

the supplier, up to a total of Rs.<Insert Value> (Rupees <Insert Value in Words> only)

and we undertake to pay you, upon your first written demand declaring the supplier to be in

default under the contract and without cavil or argument, any sum or sums within the limits of

Rs. <Insert Value> (Rupees <Insert Value in Words> only) as aforesaid, without your

needing to prove or to show grounds or reasons for your demand or the sum specified

therein.

We hereby waive the necessity of your demanding the said debt from the bidder before

presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the

contract to be performed there under or of any of the contract documents which may be

made between you and the System Integrator shall in any way release us from any liability

under this guarantee and we hereby waive notice of any such change, addition or

modification.

Page 72 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

This Guarantee shall be valid until <<Insert Date>>) Not withstanding anything contained

herein:

I. Our liability under this bank guarantee shall not exceed Rs. <Insert Value> (Rupees

<Insert Value in Words> only).

II. This bank guarantee shall be valid up to <Insert Expiry Date>)

III. It is condition of our liability for payment of the guaranteed amount or any part thereof

arising under this bank guarantee that we receive a valid written claim or demand for

payment under this bank guarantee on or before <Insert Expiry Date>) failing which our

liability under the guarantee will automatically cease.

Date

Place Signature

Witness Printed Name

(Bank's common seal)

Page 73 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

10. Annexure 5 (b) – Bank Guarantee for Earnest Money Deposit

To,

<Name>

<Designation>

<Address>

<Phone Nos.>

<Fax Nos.>

<Email id>

Whereas <<Name of the bidder>> (hereinafter called 'the System Integrator') has

submitted the bid for Submission of RFP <<RFP Number>> dated <<Date>> for <<Name of

the assignment>> (hereinafter called "the Bid") to <<DSCL>> .

Know all Men by these presents that we <<… >> having our office at <<Address>>

(hereinafter called "the Bank") are bound unto the << DSCL >> (hereinafter called "the

DSCL") in the sum of Rs. <<Amount in figures>> (Rupees <<Amount in words>> only) for

which payment well and truly to be made to the said DSCL, the Bank binds itself, its

successors and assigns by these presents. Sealed with the Common Seal of the said Bank

this <<Date>>.

The conditions of this obligation are:

1. If the Bidder having its bid withdrawn during the period of bid validity specified by the

Bidder on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the DSCL during the

period of validity of bid

(a) Withdraws his participation from the bid during the period of validity of bid document; or

(b) Fails or refuses to participate in the subsequent RFP process after having been short

listed;

We undertake to pay to the DSCL up to the above amount upon receipt of its first written

demand, without the DSCL having to substantiate its demand, provided that in its demand

the DSCL will note that the amount claimed by it is due to it owing to the occurrence of one

or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to <<insert date>> and including <<extra time

over and above mandated in the RFP>> from the last date of submission and any demand

in respect thereof should reach the Bank not later than the above date.

Page 74 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>>

(Rupees <<Amount in words>> only)

II. This Bank Guarantee shall be valid up to <<insert date>>)

III. It is condition of our liability for payment of the guaranteed amount or any part thereof

arising under this Bank Guarantee that we receive a valid written claim or demand for

payment under this Bank Guarantee on or before <<insert date>>) failing which our liability

under the guarantee will automatically cease.

(Authorized Signatory of the Bank)

Seal:

Date:

Page 75 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

11. Annexure 6 – Non-Disclosure Agreement

WHEREAS, we the undersigned Bidder, , having

our principal place of business or registered office at , are desirous of

bidding for RFP No. <<>> dated <<DD-MM-2015>> “Request for Proposal for Selection of

Master System Integrator for establishment of Doon Integrated Command & Control Center (DICCC)

and Other Integrated Smart Solutions at Dehradun” (hereinafter called the said 'RFP') to the

“DSCL”, hereinafter referred to as ‘DSCL'

And,

WHEREAS, the Bidder is aware and confirms that the DSCL’s business or operations,

information, application or software, hardware, business data, architecture schematics,

designs, storage media and other information or documents made available by the DSCL in

the RFP documents during the bidding process and thereafter, or otherwise (confidential

information for short) is privileged and strictly confidential and or proprietary to the DSCL,

NOW THEREFORE, in consideration of disclosure of confidential information, and in order to

ensure the DSCL’s grant to the Bidder of specific access to DSCL’s confidential

information, property, information systems, network, databases and other data, the Bidder

agrees to all of the following conditions.

It is hereby agreed as under:

1. The confidential information to be disclosed by the DSCL under this Agreement

(“Confidential Information”) shall include without limitation, any and all information in written,

representational, electronic, verbal or other form relating directly or indirectly to processes,

methodologies, algorithms, risk matrices, thresholds, parameters, reports, deliverables, work

products, specifications, architecture, project information, security or zoning strategies &

policies, related computer programs, systems, trend analysis, risk plans, strategies and

information communicated or obtained through meetings, documents, correspondence or

inspection of tangible items, facilities or inspection at any site to which access is permitted

by the DSCL.

2. Confidential Information does not include information which:

a. the Bidder knew or had in its possession, prior to disclosure, without limitation on its

confidentiality;

b. information in the public domain as a matter of law;

c. is obtained by the Bidder from a third party without any obligation of

Confidentiality;

d. the Bidder is required to disclose by order of a competent court or regulatory DSCL;

e. is released from confidentiality with the written consent of the DSCL.

The Bidder shall have the burden of proving hereinabove are applicable to the information in

Page 76 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

the possession of the Bidder.

3. The Bidder agrees to hold in trust any Confidential Information received by the Bidder, as

part of the Tendering process or otherwise, and the Bidder shall maintain strict confidentiality

in respect of such Confidential Information, and in no event a degree of confidentiality less

than the Bidder uses to protect its own confidential and proprietary information. The Bidder

also agrees:

a. to maintain and use the Confidential Information only for the purposes of bidding for this

RFP and thereafter only as expressly permitted herein;

b. to only make copies as specifically authorized by the prior written consent of the DSCL

and with the same confidential or proprietary notices as may be printed or displayed on

the original;

c. to restrict access and disclosure of Confidential Information to their employees, agents,

consortium/JV members and representatives strictly on a "need to know" basis, to maintain

confidentiality of the Confidential Information disclosed to them in accordance with this

clause; and

d. to treat Confidential Information as confidential unless and until DSCL expressly notifies

the Bidder of release of its obligations in relation to the said Confidential Information.

4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to be

performed as part of the Tendering process or thereafter may require the Bidder’s personnel

to be present on premises of the DSCL or may require the Bidder’s personnel to have

access to software, hardware, computer networks, databases, documents and storage

media of the DSCL while on or off premises of the DSCL. It is understood that it would be

impractical for the DSCL to monitor all information made available to the Bidder’s personnel

under such circumstances and to provide notice to the Bidder of the confidentiality of all such

information.

Therefore, the Bidder shall disclose or allow access to the Confidential Information only to

those personnel of the Bidder who need to know it for the proper performance of their duties

in relation to this project, and then only to the extent reasonably necessary. The Bidder will

take appropriate steps to ensure that all personnel to whom access to the Confidential

Information is given are aware of the Bidder’s confidentiality obligation.

Further, the Bidder shall procure that all personnel of the Bidder are bound by confidentiality

obligation in relation to all proprietary and Confidential Information received by them which is

no less onerous than the confidentiality obligation under this agreement.

5. The Bidder shall establish and maintain appropriate security measures to provide for the

safe custody of the Confidential Information and to prevent unauthorised access to it.

6. The Bidder agrees that upon termination or expiry of this Agreement or at any time

during its currency, at the request of the DSCL, the Bidder shall promptly deliver to the DSCL

the Confidential Information and copies thereof in its possession or under its direct or

indirect control, and shall destroy all memoranda, notes and other writings prepared by the

Page 77 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

Bidder or its Affiliates or directors, officers, employees or advisors based on the

Confidential Information and promptly certify such destruction.

7. Confidential Information shall at all times remain the sole and exclusive property of the

DSCL. Upon completion of the Tendering process and or or termination of the contract or at

any time during its currency, at the request of the DSCL, the Bidder shall promptly deliver to

the DSCL the Confidential Information and copies thereof in its possession or under its direct

or indirect control, and shall destroy all memoranda, notes and other writings prepared by

the Bidder or its Affiliates or directors, officers, employees or advisors based on the

Confidential Information within a period of sixty days from the date of receipt of notice, or

destroyed, if incapable of return. The destruction shall be witnessed and so recorded, in

writing, by an authorized representative of the DSCL. Without prejudice to the above the

Bidder shall promptly certify to the DSCL, due and complete destruction and return. Nothing

contained herein shall in any manner impair rights of the DSCL in respect of the Confidential

Information.

8. In the event that the Bidder hereto becomes legally compelled to disclose any

Confidential Information, the Bidder shall give sufficient notice and render best effort

assistance to the DSCL to enable the DSCL to prevent or minimize to the extent

possible, such disclosure. Bidder shall not disclose to a third party any Confidential

Information or the contents of this RFP without the prior written consent of the DSCL. The

obligations of this Clause shall be satisfied by handling Confidential Information with the

same degree of care, which the Bidder applies to its own similar Confidential Information but

in no event less than reasonable care.

For and on behalf of: (BIDDER)

Authorised Signatory

Office Seal: Name:

Place:

Designation:

Date:

Page 78 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

12. Annexure 7 - Consortium/JV Agreement

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE

CONSORTIUM/JV

[On Non-judicial stamp paper of INR 100 duly attested by notary public]

This Memorandum of Understanding (MoU) entered into this day of [Date] [Month] 2018 at [Place]

among Dehradun Smart City Limited (DSCL) (hereinafter referred to as " ") and having office at

[Address], India, as Party of the First Part and (hereinafter referred as

" ") and having office at [Address], as Party of the Second Part and

(Here in after referred as " ”) and having office at [Address], as Party of the

Third Part. The parties are individually referred to as Party and collectively as

Parties

WHEREAS DSCL, Dehradun, UP has issued a Request for Proposal dated [Date] (RFP) from the

Applicants interested in Request for Proposal for Selection of Master System Integrator for

establishment of Doon Integrated Command & Control Center (DICCC) and Other Integrated

Smart Solutions at Dehradun:

AND WHEREAS the Parties have had discussions for formation of a Consortium/JV for bidding

for the said Project and have reached an understanding on the following points with respect to the

Parties' rights and obligations towards each other and their working relationship.

As MUTUAL UNDERSTANDING OF THE PARTIES, IT IS HEREBY AGREED AND DECLARED

AS FOLLOWS:

i. The purpose of this Agreement is to define the principles of collaboration among the parties

to:

a. Submit a response jointly to Bid for the “Request for Proposal for Selection of Master

System Integrator for establishment of Doon Integrated Command & Control Centre (DICCC) and Other

Integrated Smart Solutions at Dehradun” as a Consortium/JV .

b. Sign Contract in case of award.

c. Provide and perform the supplies and services, which would be ordered by the DSCL pursuant

to the Contract.

ii. This Agreement shall not be construed as establishing or giving effect to any legal entity such

as, but not limited to, a company, a partnership, etc. It shall relate solely towards the DSCL for

“Request for Proposal for Selection of Master System Integrator for establishment of Doon

Integrated Command & Control Center (DICCC) and Other Integrated Smart Solutions at

Dehradun” for and related execution works to be performed pursuant to the Contract and shall not

Page 79 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

extend to any other activities.

iii. The Lead Bidder shall be jointly and severally responsible and bound towards the DSCL for

the performance of the works in accordance with the terms and conditions of the BID document,

and Contract. However. All members of the Consortium/JV jointly and severally liable towards the

contract. The consortium/JV members, if any will support the lead bidder in successful

implementation of the objectives.

iv. ------------------------------------ (Name of Party) shall act as Lead Partner of the

Consortium/JV . As such, it shall act as the coordinator of the Party’s combined activities and shall

carry out the following functions:

To ensure the technical, commercial and administrative co-ordination of the work package

To lead the contract negotiations of the work package with the DSCL.

c. The Lead partner is authorized to receive instructions and incur liabilities for and on behalf of all

Parties.

d. In case of an award, act as channel of communication between the DSCL and the Parties to

execute the Contract

v. That the Parties shall carry out all responsibilities as Developer in terms of

the Project Agreement.

vi. That the broad roles and the responsibilities of each Party at each stage

of the

Bidding shall be as below:

Party A:

Party B:

Party C:

vii. That the Parties affirm that they shall implement the Project in good faith and shall take all

necessary steps to see the Project through expeditiously.

viii. That this MoU shall be governed in accordance with the laws of India and courts in Dehradun

shall have exclusive jurisdiction to adjudicate disputes arising from the terms herein.

In witness whereof the Parties affirm that the information provided is accurate and true and have

caused this MoU duly executed on the date and year above mentioned.

(Party of the first part) (Party of the second part) (Party of the third part)

Witness:

i.

Page 80 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

ii.

Page 81 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

13. Annexure 8 - Format for Power of Attorney to Authorize Signatory

POWER OF ATTORNEY

[To be executed on non-judicial stamp paper of the appropriate value in accordance with

relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the

power of attorney.]

We, M/s. (Name of the firm or company with address of the registered office) hereby

constitute, appoint and authorise Mr. or Ms. (Name and residential address) who is

presently employed with us and holding the position of , as our Attorney

to do in our name and our behalf all or any of the acts, deeds or things necessary or

incidental to our RFP for the Project (name of the Project), including signing and

submission of the RFP response, participating in the meetings, responding to

queries, submission of information or documents and generally to represent us in all the

dealings with Client or any other Government Agency or any person, in connection with the

works until culmination of the process of bidding till the Project Agreement is entered into

with __________(Client) and thereafter till the expiry of the Project Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney

pursuant to this power of attorney and that all acts, deeds and things done by our aforesaid

Attorney shall and shall always be deemed to have been done by us.

(Add in the case of a Consortium/JV)

Our firm is a Member or Lead bidder of the Consortium/JV of , and

dated this the day of 2018

(Signature and Name)

(Signature and Name in block letters of all the remaining partners of the firm Signatory for

the Company)

Seal of firm Company

Witness 1: Witness 2:

Page 82 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

Notes:

a) To be executed by all the members individually.

b) The Mode of execution of the power of attorney should be in accordance with the

procedure, if any laid down by the applicable law and the charter documents of the

executant(s) and when it is so required the same should be under common seal

affixed in accordance with the required procedure.

Page 83 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

14. Annexure 9 - Format for Power of Attorney for Lead bidder of Consortium/JV

[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant

Stamp Act. The stamp paper to be in the name of the company who is issuing the power of

attorney]

Whereas has invited RFP response for (Name of the Project)

Whereas, the Members of the Consortium/JV comprising of M/s. , M/s. , M/s. and

M/s. (the respective names and addresses of the registered offices to be given) are

interested in bidding for the Project and implementing the same in accordance with the terms and

conditions contained in the RFP Documents.

Whereas, it is necessary for the members of the Consortium/JV to designate one of them as the

lead member with all necessary power and DSCL to do, for and on behalf of the Consortium/JV ,

all acts, deeds and things as may be necessary in connection with the Consortium/JV ’s RFP

response for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT

We, M/s. and M/s and M/s hereby designate M/s.

being one of the members of the Consortium/JV , as the lead member of the Consortium/JV , to

do on behalf of the Consortium/JV , all or any of the acts, deeds or things necessary or

incidental to the Consortium/JV ’s RFP response for the Project, including submission of

the RFP response, participating in meetings, responding to queries, submission of information

or documents and generally to represent the Consortium/JV in all its dealings with Client or any

other Government Agency or any person, in connection with the Project until culmination of the

process of bidding till the Project Agreement is entered into with Client and thereafter till the

expiry of the Project Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to

this power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and

shall always be deemed to have been done by us or Consortium/JV .

Dated this the day of 2018

(Signature)

Page 84 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

(Name in Block Letter of Executant) [Seal of Company]

Witness 1 Witness 2

Note

To be executed by all the members individually, in case of a Consortium/JV .

The Mode of execution of the power of attorney should be in accordance with the procedure, if any

laid down by the applicable law and the charter documents of the executant(s) and when it is so

required the same should be under common seal affixed in accordance with the required

procedure.

Page 85 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

15 Annexure 10 - Format for LOA

Dehradun Smart city Ltd.

777, Satvik Tower, Opp Hotel LP Residency,

Rajender Nagar, Kaulagarh Road, Dehradun, 248001

Phone: 0135-2750984

Email ID: [email protected]

Ref. No--------- Date:

To

M/s …………………………..

Subject: Letter of Acceptance (LOA) for Selection of Master System Integrator for establishment of Doon

Integrated Command & Control Centre (DICCC) and Other Integrated Smart Solutions at Dehradun.

Ref: Against RFP Number ………………………. And your offer Number………………………….

Dear Sir,

I am here by directed to inform you that, your commercial offer is been accepted by the RFP

evaluation committee submitted by you and consider as the successful bid with regards to the

Selection of Master System Integrator for establishment of Doon Integrated Command & Control Center

(DICCC) and Other Integrated Smart Solutions at Dehradun.

To proceed ahead towards implementing and execution of the tasks and scope defined in the

above-mentioned RFP. M/s ………………………………… are hereby issued this Letter of

Acceptance (LoA) for Selection of Master System Integrator for establishment of Doon Integrated

Command & Control Centre (DICCC) and Other Integrated Smart Solutions at Dehradun by DSCL and

need to adhere to the following points:

A- The Performance Bank Guarantee (PBG) which is 10% of the contract value needs to be

submitted by M/s…………………… with in stipulated time as mentioned in the RFP. As per

the PBG Format given in the RFP.

B- The PBG has to be in favor of CEO, DSCL and needs to be submitted within 21 days from

the date of LOA.

C- In accordance with the RFP Volume III, M/S …………………, needs to sign the Master

Service Agreement with CEO DSCL.

D- In the event of failure of refusal of acceptance of the notification of award of contract DSCL,

Will forfeit the EMD Submitted by M/s…………………..

Page 86 of 87

RFP for Master System Integrator for Implementation of Dehradun Integrated Smart Solutions

Section I- Instructions to Bidders

E- With reference to M/s……………………………… compliance to the pre-qualification criteria

for Local Presence in the city. M/s …………………open there local office with 60days from

the date of issue of LOA.

F- No support including financial or else would be provided by the DSCL to MSI beyond

defined contractual period and obligation.

G- The value of the LOA Limits to Rs………………………………… only. This cost is inclusive

of all taxes and levies but exclusive of GST.

H- M/s………………………… need to deploy the manpower immediately after the signing the

contract.

I- M/s……………………….need to submit the detail project execution plan within 30 days

after signing the contract.

You are also required to sign and return back a duplicate copy of this LOA as acknowledgement of this offer

within 03 days of the receipt of this LOA.

Yours Faithfully

Chief Executive Officer

DSCL

Enclosed Format for The PBG.

Page 87 of 87